Paint Tenders
Paint Tenders
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice.
description:
this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000.
the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following:
evaluation And Feasibility Studies To Include Engineering Modeling And Simulation
demolition Of Nist Structures, Utilities, And Infrastructure
repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations).
repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures
comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property
interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety.
cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project)
life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal.
hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint)
roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs.
commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan
program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.)
value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability.
record Drawings Development From Compiled As-built Set.
surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning)
roads/sidewalks Repairs And Replacement
evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings
landscaping Design
gates, Fencing, And Related Engineering Necessary To Support A Campus Environment
permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval
environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements
construction Quality Management To Include But Not Limited To Commissioning Services
contract Information:
the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000.
the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government.
submission Requirements:
consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities.
firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”:
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov
Teresa.harris@nist.gov
qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted.
along With The Sf-330, Offerors Shall Include:
a Copy Of Your Current Registration In System For Award Management (sam);
proof Of Small Business Status;
a Cover Page That Provides:
offeror’s Name And Address;
offeror’s Uei Number; And,
the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror.
submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government.
request For Information (rfi)
questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” :
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov.
the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications.
selection Criteria:
all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party.
part I: Evaluation Of Sf-330
prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance:
factor 1: Specialized Experience
page Limit – 15 Pages
firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award.
offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner.
A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied.
B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered.
C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold).
D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced.
factor 2: Professional Qualifications
page Limit – 17 Pages
the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines:
principle
senior Architect
senior Cost Estimator
senior Civil Engineer
senior Electrical Engineer
senior Fire Protection Engineer
senior Geo-technical Engineer
senior Laboratory Planner
mechanical Engineer (piping)
senior Mechanical Engineer (piping)
senior Mechanical Engineer (hvac)
senior Environmental Engineer
senior Scheduler
senior Surveyor
senior Water Proofing Engineer
senior Structural Engineer
2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline.
3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1.
4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants.
factor 3: Geographical Location
page Limit – 1
offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist.
factor 4: Capacity
page Limit – 2 Pages
the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog.
the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements.
factor 5: Past Performance
page Limit – None
offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs).
if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report.
if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project.
if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation:
contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies,
interviews Within Nist If Offeror Holds/held Previous Contracts,
interviews With Program Managers And Contracting Officers, And;
other Sources Known To The Government, Including Commercial Sources.
in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably.
part Ii: Oral Presentations
in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward.
fee Proposal
only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents
National Farming Promotion Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Poland
Details: Ag.b.0162.1.2024.133.ak Kraków, Dn.19/07/2024 Price Inquiry Title: "service consisting in the renovation of PDOZ premises in Building No. E at ul. Mogilska 109, 31-571 Kraków” The proceedings are conducted pursuant to Art. 2(1), point 1 of the Act of September 11, 2019 - Public Procurement Law - hereinafter referred to as the Act and in accordance with Decision No. 58/2021 of the Provincial Police Commander in Krakow of November 4, 2021. I. General Information: 1. The offer should be sent by: July 29, 2024 by 12:00. In this way: Offers and all inquiries should be submitted by July 29, 2024 by 12:00. Via the Purchasing Platform to the address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open proceedings". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: 1. The subject of the Order is the provision of a service consisting in the renovation of PDOZ rooms in Building No. E at ul. Mogilska 109, 31-571 Kraków. 2. The scope of the renovation includes: Renovation works in 3 Pdoz rooms, such as: Laying tiles on the walls of one room and painting the walls and ceilings in all 3 Pdoz rooms. The Ordering Party requires subdued colors of the rooms (white, gray, natural shades imitating sandstones found in stoneware tile collections). Under-tile waterproofing of all wall surfaces and wall joints with insulating/sealing tapes, and then vertical waterproofing with liquid foil. Execution of wall cladding - Rectified wall tiles, 9 mm thick, with water absorption not higher than 3%, made of unglazed porcelain stoneware of the "matt Full Body" type, dyed in the mass, arranged on the external corners of semi-circular plastic in a color similar to the color of the tiles. The joints should be filled with epoxy grout in a color similar to the selected porcelain tiles. The cladding materials used must be of quality I. Painting walls and ceilings with acrylic-composite, matte, stain-resistant Latex paint in light colors (acrylic-composite paint, with the highest class of resistance to washing and wet scrubbing, with increased resistance to stains and dust) . Painting metal door frames with oil paint in a color similar to the color of the tiles - 2.0 pcs. 3. Scope of work that needs to be done in connection with the renovation of the room The minimum allowance is: A) Making wall tiles from glazed tiles with a height of 2.0 m - Approx. . 25.0 M2, B) Vertical Waterproofing Coating – Approx. 25.0 M2, C) Laying Wall Tiles Up to a Height of 2.0 M – Approx. 25.0 M2, D) Local filling and painting of walls with washable paint – Approx. 72.0 M2, E) Local filling and painting of ceilings – Approx. 34.0 M2, F) Disassembly and reassembly of the washbasin with the faucet and siphon, and laying silicone around the washbasin - 1.0 pcs., G) Painting metal frames - 2 pcs. H) Removal of debris and dismantling waste. 4. The Works Will Be Performed in an Operating Facility. In connection with this, the Ordering Party requires that the Contractor, before commencing construction works, submit to the Ordering Party a list of persons who will perform the work as part of the Contractor's activities, providing the following data (name and surname, PESEL number) and a list of vehicles necessary to carry out the works (make and type Along with Providing Registration Numbers). The above requirement results from the fact that the works are to be carried out in an active police facility, parts of which can only be accessed by previously agreed persons. In the event of a need for new (additional) people to perform the work, the Contractor is obliged to inform the Ordering Party about this fact in advance, updating the list of people accordingly. In the case of countries other than Poland, please provide the Date of Birth, Father's Name and Passport Series and Number. The Ordering Party reserves the right to refuse to allow persons indicated by the Contractor to carry out the work. III. Conditions Relating to the Offer and Order Fulfillment: 1. The Price for the Service will be a lump sum and will be payable once upon completion of the order. 2. Payment for the execution of the order will be made within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the contractor. 3. It is possible (optionally) to carry out an on-site visit to the facility in order for the contractor to precisely determine the lump sum price for the provision of the service. Failure to conduct an on-site visit to the facility will not constitute grounds for rejection of the offer. The on-site visit will take place after prior arrangement with the Ordering Party. Order Completion Date: Order Completion Date Up to one month from the date of receipt of the order. The Date of Commencement of Works is to be agreed with the User of the Facility. In the event of untimely completion of the task by the Contractor, the Contractor will pay the Ordering Party a penalty of 0.5% of the Gross Order Value for each day of delay, but not more than 15% of the Gross Order Remuneration. Place of Order Fulfillment: Building No. E on the premises of the Municipal Police Headquarters in Kraków, ul. Mogilska 109, 31-571 Kraków Contact telephone numbers In the case: Provincial Police Headquarters in Kraków: 47–83–54–917 Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price. V. Attachments: Offer template: Attachment No. 1
Closing Date10 Jan 2025
Tender AmountRefer Documents
Ministry Of Agriculture Fisheries And Agrarian Reform Tender
Automobiles and Auto Parts
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 11 4wd Tractor (100 Hp) With Farm Implements 38,500,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9053 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Norte & Sga 2 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,000,000.00 10,000.00- Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9051 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Sulu 3 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9052 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte & Maguindanao Del Sur 4 Unit 13 Delivery Truck (wing Van) 36,400,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9050 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Sur, Sga And Tawi-tawi 5 Unit 1 Delivery Truck (wing Van) 5,625,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9049 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Sulu 6 Unit 10 Corn Sheller 2,600,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9061 Technical Specifications: > Prime Mover: 14hp Diesel Engine, 4-stroke, Water-cooled 1 Cylinder > Output Capacity : 4.5 Tons/hr > Shelling Recovery : Minimum Of 99% > Shelling Efficiency, Minimum Of 99.5% Maximum Losses A. Blower : 1 B. Separation : 1 C. Unshelled : 0.5 D. Scattering : 0.5 Purity, Minimum Of 98% > Engine (1 Year Warranty Against Factory Defects) > Warranty Shall Be Provided For Parts And Services Within One Year After The Acceptance Of The Corn Sheller, Except On Fast Moving And Easy To Wear Parts Such As Belts. > Provided With Fuel And Oil During Actual Testing. > With Brand New Tires, Size:14 Inches Diameter Wheel Rim > With Amtec Test Result For Machine And Engine Must Conform To Paes With Standard Heavy Duty Tools: 2 Pcs. Screw Driver (flat Screw And Philips Screw- 12 Inches) 1 Pc. Open Wrench (10 Mm X11 Mm) 1 Pc. Open Wrench (12 Mm X14 Mm) 1 Pc. Open Wrench (14 Mm X17 Mm) 1 Pc. Open Wrench (19 Mm X21 Mm) 1 Pc. Holder Of Tools *** Nothing Follows *** Delivery Area Maguindanao Del Norte Maguindanao Del Sur 7 Unit 127 Hand Tractor 39,420,800.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9048 Specification Application: Corn Machine Type: Corn Harvester Type: Mini Harvester Use: Corn Harvester Structural Type: Handheld Four-wheel Seif-propelled Number Of Row: 1 Working Width(mm): 60mm Tractor Power (hp): 10-13hp Engine: 192f Engine : Gasoline Or Diesel Engine Steering: Built-in Dual Differential Transmission Method: Gear Transmission Row Distance (mm): 10-20mm Number Of Cutting Tools: 12pieces Blade Length: 8cm Cutting Width (mm): 70cm Dimension: (l*w*h) 2.2*0.85*1.2m Packaging And Delivery Selling Unit: Single Item Single Packaging Size: 137x67x100cm Single Gross Weight: 280kg *** Nothing Follows *** Delivery Area Maguiundanao Del Sur & Maguindanao Del Norte
Closing Date23 Jan 2025
Tender AmountPHP 136.7 Million (USD 2.3 Million)
Department Of Education Division Of Talisay City Tender
Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)
Department Of Agrarian Reform Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of One Million Six Hundred Seventy & 00/100 (php 1,670,000.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Farm Machineries & Equipments (mechanical Flat Bed Dryer) For Rice Production Through Crfpsp – Crfps Project For Baparco – Batong Paloway, San Andres, Catanduanes (darcat-pb-epa2025-015). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Fme Price /unit Total Price 1 1 Unit – Mechanical Flat Bed Dryer Php 1,670,000.00 Php 1,670,000.00 Specifications: Furnace: • Direct Fired Made Refractory Bricks Or Its Equivalent • Able To Resist Heat Of At Least 800 Celsius • Gravity Type Feeding Mechanism • Multi Fuel Capacity Which Uses Biomass As Fuel Including Cracked Pili Nut Shell, Corn Hub & Rice Hull Blower And Engine: • Axial Blower Driven By At Least 14 Hp Diesel Engine, Single Cylinder • Water Cooled; Manual/hand Cracked Starting • Dynamically Balanced With Appropriate Bearings And Shafting With Belt. Concrete Flooring: • Concrete Flooring/slab • Class A Mixture With At Least 100 Mm Thick • 10 Mm Rsb Reinforcement Spaced At 80 Cm. Drying Bin: • Made Of Reinforced Concrete Walling With A Minimum Of 100 Mm Thickness • 8 Mm Rsb Reinforcement Spaced At Minimum Of 150 Mm • Inside Dimension Of Bin: Width=12 Ft, Length=24 Ft. • Total Bin Height= 1500 Mm • Height Of Plenum= 1040 Mm • Holding Depth Of 450 Mm With Gauge 18 Perforated Metal Floor Having At Least • 2.54 Mm Perforation With Complete Bagging Ports (at Least 4) • Adequately Supported With Frames And Braces To Withstand 6 Tons Rice Or Corn. • Equipped With Heavy Duty Dial And Probe Type Thermometer Range Of 0-100 C Shed: • Stand-alone Type Shed • Roofing Sheets Made Of Brand New Pre-painted Corrugated Sheet With 0.25 Mm Thk. • Roofing Sheets Shall Be Connected To The Steel Purlins By Using Self-tapping Roof Metal Screws(tekscrew) • Steel Columns With Total Of Ten (10) Columns To Cover The Concrete Flooring • Angle Bar For Trusses With 2 Pcs-75mm X 50 Mm X 6.5mm & C-channel Purlins With 75mm X 75mm X 6.5mm Agitator: • Chain Driven W/ 60-60 Chain & Sprocket • Powered By 5.5 Hp Air-cooled Gasoline Engine Package Inclusion: • 1 Unit Grain Moisture Meter Specs: 1. Measurement Range: 5-40% Moisture Content (mc) 2. Accuracy: ±0.5% Mc (in The Range Of 5-25% Mc) 3. Repeatability: ±0.2% Mc 4. Grain Temperature Range: -20°c To 80°c (-4°f To 176°f) 5. Sample Size: 100-500 Grams (3.5-17.6 Oz) 6. Measurement Method: Electrical Resistance 7. Display: Digital Lcd Display With Backlight 8. Units: % Mc 9. Power Supply: 220v Ac 10. Dimensions: Approximately 200x150x50 Mm (7.9x5.9x2 Inches) 11. Weight: Approximately 1-2 Kg (2.2-4.4 Lbs) Inclusions: • With Amtec Test Result • Conform To Paes 119-2001 & Paes 301:2020 • Warranty Duration:1 Year Warranty Of Whole Unit. • With Request Authority To Bid • Available In The Philippine Market W/ Attached Evidence & Must Have Service Center Within Region 5.with Approved Test From Manufacturer; With Reflectorized Sticker Printed With Dar Logo (3x3 Inches) & The Words “department Of Agrarian Reform -crfpsp Project” (2x12 Inches); Inclusive Of Field Testing, Demo On Operations & Maintenance, And On-site Delivery. • On Site Delivery; At Batong Paloway, San Andres, Catanduanes • Delivery Period: 60 Days Upon Receipt Of Notice To Proceed Total Abc: Php 1,670,000.00 Vat Inclusive 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From December 19, 2024 – January 7, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 – January 7, 2025 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 Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On December 26, 2024, Thursday, 9:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 7, 2025 Tuesday, Until 12:00 Noon. 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 January 7, 2025 Tuesday, 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 18 December 2024 Atty. Cherry A. Agmata Bac Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.7 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0074 - Construction Of Multi-purpose Building, Barangay Jampason, Jasaan, Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P4,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0074 - Construction Of Multi-purpose Building, Barangay Jampason, Jasaan, Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Construction Of Multi-purpose Building, Barangay Jampason, Jasaan, Misamis Oriental Contract Id: 25kl0074 Location: Jasaan, Misamis Oriental Scope Of Works: Construction Of A Two-storey Multi-purpose Building Includes Excavation, Soil Poisoning, Structural Concrete, Cement Plaster Finish, Tiles, Paints, Railings, Ceiling, Plumbing, Electrical And Mechanical Works. Complete As Shown On Plan. Approved Budget For The Contract: ₱4,900,000.00 Contract Duration: 90 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B, Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph." 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 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 Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On January 16, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, Which Shall Be Open To Prospective Bidders. 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. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before January 28, 2025 @ 1:00 Pm. 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. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On January 28, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . 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. "13. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”." 14. The Misamis Oriental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " January 9, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 83.5 K)
City Of Pagadian Tender
Furnitures and Fixtures
Philippines
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-07-010/2saip24-9000-rfi (furniture & Fixture) With An Approved Purchase Request Nos. 179 Pagadian City, As Described Below: Pbg-2025-01-12 Procurement Of Various Furnitures For The Use Of Poloyagan Beach Resort, Palpalan Viewing Deck & Water Park, In This City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Set Nordic Coffee Table With Chairs 173,504.00 173,504.00 Inclusion: 4 Tables (round) 70cm 16 Chairs 2 1 Set Square Dining Table With Chairs 171,392.00 171,392.00 Inclusion: 4 Tables (60cmx60cmx75xm) 16 Chairs 3 1 Set Rectangular Dining Table With Chair 288,288.00 288,288.00 Inclusion: 6 Tables (140cmx80cmx75xm) 36 Chairs 4 1 Set Wooden Round Coffee Table With Chair 354,432.00 354,432.00 Inclusion: 8 Tables (140cmx80cmx75cm) 32 Chairs 5 1 Set Hot Pot Leisure With Chair 382,464.00 382,464.00 Inclusion: 18 Tables (120cmx60cmx75xm) 72 Chairs 6 1 Set Modern Dining Table With Chairs 402,304.00 402,304.00 Inclusion: 14 Tables (120cmx60cmx75xm) 56 Chairs 7 1 Unit Bird's Nest Bed (size: 2200cmx1400cmx1800cm) 102,192.00 102,192.00 8 1 Unit Bird's Nest Bed (size:1800x2100) 93,600.00 93,600.00 9 1 Unit Outdoor Lying Bed With Coffee Table 131,040.00 131,040.00 Sofa Size: 1750x1450x1500h Coffee Table: 1200x600x400h 10 1 Unit Courtyard Rattan Like Outdoor Bed 98,800.00 98,800.00 Bed Size: 2500x2150x1930h 11 2 Units Pavillion Including Floor (size: ɸ 3600) 117,520.00 235,040.00 12 1 Unit Full Circle Sofa With Coffee Table (size: 3 Meters) 119,808.00 119,808.00 13 1 Unit Customized Roman Tent /outdoor Villa (size: 3x4 Meters) 109,200.00 109,200.00 14 1 Set Elegant Executive Sofa With Pillow & With Coffee Table 157,040.00 157,040.00 Single Seat *2: 840*920*720h Double Seat *1: 1500*920*720h Coffee Table *2: 1100*610*360h Small Square Table: 555*500*550h Corner Sofa: 3800*920*710h Orange 15 1 Set Elegant Executive Curved Sofa (size: 5500x750x720h) 121,680.00 121,680.00 16 1 Set Creative Open-air Rattan Like Sofa 58,688.00 58,688.00 4 Chair Size: 650x650x700h Coffee Table : 750x750 17 1 Set Island Cage With Coffee Table 63,072.00 63,072.00 Size Of Cage: 900x9009190h X 2 Pcs Table: 500x500x450 18 2 Units Suspension Hammock (size: ɸ 1800) 67,440.00 134,880.00 19 1 Unit Bird's Cage Bed (size: ɸ 1500) 72,800.00 72,800.00 20 1 Unit Bird's Cage Bed (size: ɸ 1800) 79,040.00 79,040.00 21 1 Unit Outdoor Patio Umbrella With Stand & One Table & 4 Chair 60,736.00 60,736.00 22 2 Unit Luxembourg Galvanized Double Roof Luxury Awning (size: 300x3650) 111,280.00 222,560.00 23 1 Unit Outdoor Patio Cast With Aluminum Tables & Chairs 119,392.00 119,392.00 Inclusion: 2 Tables (1500cmx900cmx760cm) 8 Chairs 24 1 Set 3-person Tent Swing /twin (size: 2230x140x2500h) 63,680.00 63,680.00 25 1 Set 4 Heavy Duty Multi-functional Beach Umbrella (size: 3000ɸ) 79,040.00 79,040.00 26 1 Unit Executive Sofa Chair With Coffee Table 102,672.00 102,672.00 Size: 3500x1800x700hh Spray Color Pd042k" 27 1 Unit Garden Pavillion 99,840.00 99,840.00 "product Size: 3000x4000x2830mm Cross Beam (aluminum) 107x46x1.0mm Parietal Bone (aluminum) 40x4x1.0mm 32x48x1.0mm 28 1 Set Table With Plate Countertop, Wrouglit Iron Antique & Painted With Old Craftmanship 67,840.00 67,840.00 Inclusion: 2 Tables (120cmx50cmx87cm) 4 Bench Chairs 29 1 Set Slate Countertop 6 Seater Table With Metal Tripod & Hardware Copper Set 55,328.00 55,328.00 Inclusion: 1 Table (140cmx80cmx75cm) 6 Chairs Grand Total 4,220,352.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 24,2025 To January 31,2025 2-issuance Of Eligibility Forms /bid Documents January 30,2025 To February 10,2025 3-pre-bid Conference January 30,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 11,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P4,200.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication:january 24,2025 To January 31,2025
Closing Date31 Jan 2025
Tender AmountPHP 4.2 Million (USD 71.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Food Products
United States
Description: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ Solely For Information And Planning Purposes. This Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311991 (size Standard Of 700 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published.
the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Freshly Prepared Sandwiches In Accordance With Statement Of Work Stated Below.
statement Of Work:
scope Of Work
the Contractor Shall Delivery Fresh Food Products To The Va San Diego Healthcare System (vasdhs) Address Listed Below. Orders Shall Be Placed On An As Needed Basis, In Accordance With Delivery Schedules Listed In The Statement Of Work (sow), By The Point Of Contact (poc). Orders Shall Be Placed By Telephone, In Writing, In Writing Via Fax, E-mail, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Upon Between The Facility Poc And Contractor.
period Of Performance
the Awarded Contract Will Be For A Base Year (12-month) Purchase Order With A Period Of Performance Of 2/1/2025 To 1/31/2026.
place Of Performance
va San Diego Healthcare System
nutrition And Food Services;
bldg 1, Main Kitchen, Room 125b,
delivered Through Loading Dock
3350 La Jolla Village Drive
san Diego, Ca 92161
description Of Services/supplies
orders
the Contractor Shall Purchase And Provide All Food Supplies (listed In The Schedule Of Materials) And Deliver To The Vasdhs.
specifications
the Contractor Shall Provide The Following, But Not Limited To:
all Ready-to-eat Food Shall Be Packed In Food Grade Containers/package, In A Temperature-controlled Atmosphere, Refrigerated And Placed In A Sealed Container. No Preservatives Shall Be Added.
ready To Eat Food Shall Comply With The Following Product Definitions:
triangle Sandwich: 2 Slices Of Bread, Filling As Indicated, No Condiments, Cut Crosswise And Packed In Sealed Food Grade Containers.
premium Sandwich Is A Sandwich Other Than A Triangle Sandwich. It May Be On Special Types Of Bread (such As Rolls Or Ciabatta), A Wrap, Or A Pita. Packed In Sealed Food Grade Containers/package
soft Triangle Sandwiches Will Not Contain Raw Vegetables Larger Than ¼ Inch In Size, Including Lettuce, Tomato, Celery, Or Onion. Other Triangle Sandwiches May Contain Lettuce And Tomato.
triangle Sandwiches There Must At Least 2 Soft Varieties Available On White Bread.
see Specific Requirements Section For Varieties Of Sandwiches Required.
unopened Food Items Must Be Guaranteed To Remain In A Fresh Condition For At Least Five (5) Days After Delivery. All Ready-to-eat Food Items Are To Be Date Labeled With A Five (5) Day Expiration Date.
sandwich Bread Must Not Be Wet Or Soggy For At Least 5 Days After Delivery.
produce In The Sandwich Must Be In Fresh, Crisp Condition For At Least 5 Days After Delivery.
all Products Shall Be Prepared And Packaged Under Modern Sanitary Conditions In Accordance With Commercial Practices And Shall Be Adequately Packed To Prevent Damage During Shipping And Handling And Storage.
contents Of A Specific Sandwich Variety Should Remain Constant Throughout The Contract Period. It Is Not Acceptable To Change The Type Of Meat, Vegetables, Or Other Sandwich Fillings In A Specific Sandwich Variety Without Approval From The Purchasing Party.
regulatory Standards
the Contractor Is Responsible For Maintaining All Health Codes And Standards Of Sanitation And Safety In The Storage, Handling, Preparation, Transportation And Delivery Of Food As Enacted By The United States Food And Drug Administration And State Or Local Regulations.
the Contractor At His/her Own Expense Shall Maintain All Federal, State, And Local Licenses And Permits Required For The Operation Of Food Services And Products Provided Herein.
the Contractor Shall Provide Its Staff With On-going Training In Food Handling And Preparation, Sanitation And Safety Procedures And Food Serving Procedures.
the Contractor Shall Remove All Food Servers/handlers Found Or Suspected To Be Suffering From A Communicable Disease, Disorder, Or Respiratory Problem From The Performance Under This Contract.
the Contractor Shall Ensure That All Contract Staff Assigned To This Contract Are Tested Annually For Tuberculosis. Results Of All Tests Shall Be Provided To The Contracting Officer Upon Contract Award And Each Option Year Before Contract Award. All Replacement Staff Shall Be Tested For Tuberculosis And Results Shall Be Sent To The Contracting Officer Within Ten Days Of Employment.
food Preparation Center (fpc) And Equipment
the Contractor Food Preparation Center (fpc) Shall Conform To The Guidelines Established By Applicable State Local Requirements. The Sanitary Inspection Rates Of The Kitchen Facility Must Be 90 Percent Or Above.
the Fpc Shall Have Waterproof Painted Walls, Flooring Shall Be Smooth And Of Durable Construction Of Non-absorbent Material, Shall Have Clean Equipment; And A Separate Preparation Are For Clinical Diets. In Addition, The Fpc Shall Be Free From Pests And Vermin With Adequate Space For Storage And Stock Rotation Of Refrigerated And Dry Goods.
the Fpc Shall Also Contain Hot And Cold Running Water, Separate Handwashing Sinks, Security Protocols And Other Nationally Recognized Manuals On Diets And Emergency Food Services Plans.
food Service Equipment Purchased Shall Meet The American National Standards Institute (ansi) Standards For Sanitation And Safety And Be Certified Or Listed By A Nationally Recognized Testing Agency.
food Storage Requirements
the Contractor Shall Store Perishable Food Items At Proper Temperatures To Prevent Spoilage And Other Bacterial Action. Perishables Must Be Stored At Or Below 41 Degrees Fahrenheit And Frozen Foods Must Be Maintained At Or Below 0 Degrees Fahrenheit. Shelf Stable Foods Must Be Stored Between 50 Degrees Fahrenheit And 70 Degrees Fahrenheit.
food Not Subject To Further Washing Or Cooking Before Serving Shall Be Stored In A Way That Protects Against Bacterial Cross-contamination From Foods Requiring Washing Or Cooking.
orders
the Point Of Contact (poc) Shall Place Orders On An As Needed Basis From The Schedule Of Supplies. Orders Shall Be Placed By Telephone, In Writing, Web Based Order, Email, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Between The Poc And The Contractor. The Contractor Shall Not Substitute An Item And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc.
delivery Requirements
deliveries Shall Be Made To The Kitchen Receiving Area Unless Otherwise Directed By The Poc.
deliveries Shall Be Made Of Specified Items In Specified Quantities. Contractor Shall Receive A Minimum Of One Working Day Advance Notice Of Changes Needed For Specified Items.
deliveries Shall Be Made Mondays And Wednesdays, Except Holidays, Between The Hours Of 5:30 A.m. And 6:30 A.m. Pst, No Exceptions.
deliveries Shall Be Made In A Temperature Controlled Refrigerated Vehicle Capable Of Maintaining Temperatures Between 35 Degrees 41 Degrees Fahrenheit.
off-loading Of Product Shall Occur In The Presence Of Va Authorized Receiving Personnel Only.
product Availability
if The Products Under This Contract Become Unavailable, The Contractor Shall Notify The Government In Time To Change The Order For The Specified Delivery Date.
the Government Reserves The Right To Procure Services From An Alternate Source, Until Routine Services Are Restored By The Contractor. When The Government Exercises Its Right To Procure These Services From An Alternate Source, The Contractor Shall Reimburse The Government For All Charges In Excess Of The Amount That Would Have Normal Been Incurred By The Contract.
furthermore, Failure To Perform Any Of The Services Set Forth In This Contract Shall Be Considered Grounds For Invoking Provisions Of Default Under Clause 52.212-4(m) Termination For Cause .
inspections
delivered Goods: The Government Reserves The Right To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To, Correct Product(s) And Quantities, Proper Packaging, Damaged Goods, Etc.
any Items Determined Unacceptable Shall Be Refused For Full Credit/replacement, At The Discretion Of The Government. Replacement Of Rejected Products Shall Be Delivered The Same Day No Later Than 1:00 P.m., Unless Otherwise Specified By The Poc.
delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Goods For, But Not Limited To, Compliance Of Sanitation Conditions, Proper Refrigeration, Etc. Such Inspection Shall Be Made On A Random Basis.
contractor Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract, Inspect The Contractor S Plant, Personnel, Equipment, And Processes To Determine Compliance With State/federal Sanitation Regulatory Requirements.
radius Requirement
the Contractors Distribution Facilities Must Be Located Within An 80-mile Radius Of The Va San Diego Medical Center To Maintain Delivered Sandwiches Freshness.
emergency/contingency Plan:
the Contractor Shall Submit An Emergency Plan For The Provision Of Food Services To The Contracting Officer With 15 Working Days Of Contract Award. This Emergency Plan Shall Include Details On How The Contractor Will Continue To Perform This Contract Under Emergency Circumstances Such As Inclement Weather, Lack Of Water, Lack Of Electricity, Lack Of Qualified Personnel, Insufficient Quantity Of Food Items, Transportation Problems, Etc. Or The Closing Of Its Facility By The Department Of Health.
contractor Delivery Personnel:
all Contractor Delivery Personnel Shall Be Required To Wear A Company Uniform, Which Clearly Displays The Name Of The Company And The Individual, And Shall Be Of A Neat, Clean Appearance.
the Government Reserves The Right To Accept Or Reject Contractor S Staff For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Shall Be Dealt With The Contactor And Poc With The Final Decision Being Made By The Contracting Officer.
personnel Policy: The Contractor Shall Be Responsible For Protecting Their Personnel By Providing Employee Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For Their Personnel:
the Contractor Agrees To Procure And Maintain Workers Compensation And Employee S Public Liability Insurance In Accordance With The Laws Of The Governing State.
public Liability Insurance: The Contractor Shall Comply With All Applicable Federal And State Laws Regarding Liability For The Injury Or Death Of An Employee In Performing The Work; Under This Contract And Shall Hold The Government Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability For Accident Or Injury To Persons Or Property Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contractor Shall Furnish An Insurance Certificate Indicating Coverage Has Been Obtained. The Contracting Officer May Waive The Requirement If He Determines That Insurance Certifications Now On File Are Acceptable, However, New Certifications Shall Be Furnished Prior To The Expiration Date.
the Contractor Shall Follow All Existing Local, State, Federal And/or Union Laws/regulations Relevant To Fringe Benefits And Premium Pay For Their Employees. Such Personnel Shall Not Be Considered Va Employees For Any Purpose. The Contracting Officer Or His/her Designee Shall Notify The Contractor Of Any Noncompliance With The Foregoing Provisions And The Action To Be Taken. After Receipt Of Such Notice, The Contractor Shall Immediately Correct The Conditions To Which Attention Has Been Directed. Such Notice, When Served The Contractor Or His/her Representative At The Site Of Work, Shall Be Deemed Sufficient Of The Purposes Aforesaid. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue A Stop-work Order For All Or Any Part Of The Work And Hold The Contractor In Default As Provided Elsewhere In This Contract.
changes
only Those Services Specified Herein Are Authorized. Before Performing Any Service Of A Noncontract Nature, The Contractor Shall Advise The Contracting Officer Of The Reasons For The Additional Work. Changes To The Resulting Contract Are Not Authorized, Unless In Writing By The Contracting Officer And Are In Accordance With Far Clause 52.212-4(c) Changes.
badges And Parking
contractor Personnel Are Required To Wear Identification (i.d.) Badges Issued By The Va Security Office During The Entire Time They Are On The Va Healthcare System Grounds. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From The Va Healthcare System Security Office. The Va Healthcare System Shall Not Validate Or Reimburse For Parking Violations Under Any Circumstance.
overtime And Holidays
any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government.
national Holidays: Listed Below Are The Eleven Established Federal Holidays:
new Year S Day January 1
martin Luther King S Birthday Third Monday In January
president S Day Third Monday In February
memorial Day Last Monday In May
juneteenth- June 19
independence Day July 4
labor Day First Monday In September
columbus Day Second Monday In October
veterans Day November 11
thanksgiving Day Fourth Thursday In November
christmas Day December 25
when One Of The Holidays Falls On Sunday, The Following Monday Shall Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies. Also Included Would Be Any Day Specifically Declared By The President Of The United States Of America As A National Holiday.
specific Requirements:
estimated Quantities Are Shown Below.
sandwich Description
estimated Quantity
unit Of Measure
roast Beef, Lettuce, & Tomato Wedge (on Wheat) 3 Ounces Or More Roast Beef, Sliced At Least 1.5 Millimeters Thick
50
ea
turkey, Lettuce & Tomato Wedge (on Wheat) 3 Ounces Or More Turkey, Sliced At Least 1.5 Millimeters Thick
11,000
ea
vegetarian Wedge (garlic Hummus & Cucumber On Dark Wheat) 1 Ounce Or More Vegetarian Protein Source
25
ea
peanut Butter/strawberry Jelly On Wheat Triangle
50
ea
egg Salad On Wheat Triangle 3 Ounces Or More Of Egg Salad
50
ea
chicken Salad On Wheat Triangle 3 Ounces Or More Of Chicken Salad
50
ea
tuna Salad On Wheat Triangle 3 Ounces Or More Tuna Salad Made With Albacore Tuna Meat
4,200
ea
chicken Salad On White Triangle 3 Ounces Or More Of Chicken Salad
50
ea
egg Salad On White Triangle 3 Ounces Or More Of Egg Salad
3,600
ea
the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required.
if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement.
(2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6?
(9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice?
(11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained.
(15) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Monday, January 13, 2025 By 10:00 Am Pacific Local Time.
all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice.
pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri.
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.
background:
the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000.
this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry 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 Included Herein.
comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies.
performance Location(s):
newport, Ri
requirements:
for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include:
facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects.
development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements.
development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements.
preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents.
development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects.
condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions.
field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project.
surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions.
preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions.
incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions.
consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements.
energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements.
soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions.
obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work.
environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions.
review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications.
field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects.
commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications.
operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction.
as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects.
functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s).
document Deliverable Requirements:
cdrl Number
title
sub-title
cdrl A001
contractor’s Personnel Roster
contractor Personnel
cdrl A002
hazardous Materials Management Program (hmmp) Plan
facility Operations Inventory Hmmp Plan
cdrl A003
monthly Status Report
monthly Status Report
cdrl A004
product Drawings/models And Associated Lists
drawing Package
cdrl A005
manhour Estimate, Technical Cost Proposal
estimates And Proposal
cdrl A001 – Contractor’s Personnel Roster
within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board.
cdrl A002 – Hazardous Materials Management Program (hmmp) Plan
the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes.
cdrl A003 – Monthly Status Report
contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience.
cdrl A004 – Product Drawings/models And Associated Lists
the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request.
cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title
a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level.
other Special Considerations:
as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant.
asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces.
all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens.
a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.
submission Requirements:
a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, 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. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330.
all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. 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.
in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is 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.). Failure To Submit The Required Proof Will 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 Will Result In The Firm’s Elimination From Further Evaluation.
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).
interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below.
sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation)
the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis.
if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3).
inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov.
list Of Attachments:
scope Of Architect-engineer (a-e) Services (saes) (draft)
cdrls (draft)
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. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include:
specialized Experience
professional Qualifications And Technical Competence
past Performance
quality Control
program Management And Capacity
firm Location
volume Of Work
criterion 1 —specialized Experience (sf 330, Part I, Section F):
firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd);
conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating;
demonstrated Ability To Design To Project Budget And Schedule;
experience Preparing Design‐bid‐build;
experience Preparing Design‐build Rfp Packages; And
designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria.
firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following:
experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above.
experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above.
demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software.
demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract.
demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service.
demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including:
dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg),
dd Form 1391 Validation Procedures Including Cost Validation.
demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules.
experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process.
criterion 1 Submission Requirements:
provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.
all Projects Provided In The Sf 330 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 Duns Number Along With Each Firm Name In The Sf 330 Part I, 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, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project 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 Firm Will Be Eliminated From Award 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 Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion.
projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed 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 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1.
criterion 2—professional Qualifications And Technical Competence (sf 330, 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 In The Sf 330, Part I, Section G. 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:
project Manager(s)
senior Architect
senior Civil Engineer
senior Structural Engineer
senior Mechanical Engineer
senior Electrical Engineer
senior Quality Control Manager
senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required)
key Personnel, Including Consultants, Shall Be U.s. Citizens.
submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications.
criteria 2 Submission Requirements:
sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G.
criterion 3—past Performance (sf 330, 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 The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.
criteria 3 Submission Requirements:
submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference.
firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided 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 (sf 330, 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.
criteria 4 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:
describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services.
provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components.
identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) 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 Sub-contractors.
explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously.
criterion 5—program Management And Capacity (sf 330, Part I, Section H):
firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time.
criteria 5 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, Sub-contractors 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.
describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets.
criterion 6—firm Location (sf 330, Part I, Section H)
firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri).
criteria 6 Submission Requirements:
indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members.
provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract.
provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably.
criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker)
in The Event Of A Tie Among Equally Rated Firms, Those 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 (12) 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.
criterion 7 Submission Requirements:
firms Shall Not Submit Data For This Factor.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Closing Date3 Jan 2025
Tender AmountRefer Documents
6811-6820 of 6865 archived Tenders