Paint Tenders
Paint Tenders
Municipality Of Paracale, Camarines Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Details: Description 1st Bidding The Local Government Unit Of Paracale, Camarines Norte, Through Its Bids And Awards Committee (bac) Invites A Contractor Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Be For The Here Under Project: Infra-02-2025 Construction Of Motorpool Phase 2 Construction Of 93.37sq. Meter (10.04m X 9.30m) Floor Area Of Mezzanine Floor. Barangay Tugos, Paracale, Camarines Norte Project Description (concrete Works, Reinforcing Steel Bar, Formworks And Scaffolding, Masonry Works, Cement Plaster Finish, Ceiling Works, Doors And Windows, Tiling Works, Plumbing Works, Electrical Works, Painting Works) Approved Budget Cost : Php 2,000,000.00 Source Of Fund : Municipal Fund (from Lbp Loan Proceeds) Contract Duration : Approximately 240 Calendar Days Activities Schedules 1. Pre-bid Conference- January 10, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 2. Submission Of Letter Of Intent - January 10, 2025 At The Mun. Planning & Development Office, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 3. Issuance Of Eligibility Forms And Bidding Documents - January 10, 2025 To January 20, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 4. Deadline Of Submission Of Bidding Document- Before 1:00 Pm Of January 20, 2025 5. Opening Of Bids – January 20, 2025 At 1:00 Pm Conference Hall, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 6. Bid Evaluation And Post Qualification – January 24, 2025 And January 30, 2025 7. Notice Of Award 8. Contract Agreement 9. Notice To Proceed Prospective Bidders Should Have Pass The Pcab License Applicable For The Contract, Have Completed A Similar Contract With A Value Of 50% Of The Abc And Have Key Personnel And Equipment Listed In The Eligibility Forms Available For The Prosecution Of The Contract. The Bac Will Use A Pass Or Fail Criteria , Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To The Eligibility Statement Of Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised Implementing Rules And Regulations (irr) Of R.a.9184. The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, Old Municipal Building, Paracale, Camarines Norte Upon Payment Of Non-refundable Of Php 5,000.00 To The Treasures Office, New Municipal Building, Paracale, Camarines Norte. The Lgu Paracale Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bids.
Municipality Of Paracale, Camarines Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 5.5 Million (USD 93.9 K)
Details: Description 1st Bidding The Local Government Unit Of Paracale, Camarines Norte, Through Its Bids And Awards Committee (bac) Invites A Contractor Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Be For The Here Under Project: Infra-03-2025 Construction Of Slaughterhouse Perimeter Fence Construction Of 162.91lm X 4.0m Perimeter Fence With 4.0m X 3.0m Stainless Gate. Barangay Tawig, Paracale, Camarines Norte Project Description (excavation Works, Concrete Works, Reinforcing Steel Bar, Formworks And Scaffolding, Masonry Works, Cement Plaster Finish, Stainless Work, Electrical Works, Painting Works) Approved Budget Cost : Php 5,500,000.00 Source Of Fund : Municipal Fund (from Lbp Loan Proceeds) Contract Duration : Approximately 240 Calendar Days Activities Schedules 1. Pre-bid Conference- January 10, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 2. Submission Of Letter Of Intent - January 10, 2025 At The Mun. Planning & Development Office, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 3. Issuance Of Eligibility Forms And Bidding Documents - January 10, 2025 To January 20, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 4. Deadline Of Submission Of Bidding Document- Before 1:00 Pm Of January 20, 2025 5. Opening Of Bids – January 20, 2025 At 1:00 Pm Conference Hall, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 6. Bid Evaluation And Post Qualification – January 24, 2025 And January 30, 2025 7. Notice Of Award 8. Contract Agreement 9. Notice To Proceed Prospective Bidders Should Have Pass The Pcab License Applicable For The Contract, Have Completed A Similar Contract With A Value Of 50% Of The Abc And Have Key Personnel And Equipment Listed In The Eligibility Forms Available For The Prosecution Of The Contract. The Bac Will Use A Pass Or Fail Criteria , Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To The Eligibility Statement Of Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised Implementing Rules And Regulations (irr) Of R.a.9184. The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, Old Municipal Building, Paracale, Camarines Norte Upon Payment Of Non-refundable Of Php 10,000.00 To The Treasures Office, New Municipal Building, Paracale, Camarines Norte. The Lgu Paracale Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bids.
DoH Health Estates Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date13 Jan 2025
Tender AmountGBP 38.4 Million (USD 47.2 Million)
Details: The Contracting Authority Is Seeking To Appoint Up To 8 Nr Economic Operators To A Framework, Under Which The Contracting Authority May Enter Into Call-off Contracts For The Provision Of Building Maintenance And Minor Building Works. Works Will Often Be Within Complex, Occupied, Operational, Clinical Environments Where The Contractor Must Work In Accordance With Strict Constraints And Control Measures Such As Infection Control Risk Assessments, Policies, Procedures And Permit Systems. Any Call-off Contracts Awarded Under The Terms Of The Framework Agreement Shall Be Comprised Of The Nec4 Term Service Short Contracts As Amended By The Contracting Authority. The Call-off Contracts May Incorporate, Civil Engineering, Roofing, Flooring, Windows, Painting, Glazing Works And Other Related Specialist Works. Minor Works May Comprise Projects, New Buildings, Extensions To Existing Buildings, Conversion/refurbishment Of Existing Buildings, Works To Ensure Compliance With Various Legislative Requirements, E.g. Legionella, Fire Safety, Dda, Asbestos Regulations, Mechanical And Electrical Engineering Works And Enabling Works In Advance Of Major Capital Works Schemes. The Contracting Authority Is Not Under Any Obligation To Award Any Contracts Or Call-off Contracts Or Instruct Any Task Orders (as Defined Under The Nec4 Term Service Short Contract) Under A Call-off Contract. The Contracting Authority Is Not Responsible For Meeting Any Costs Incurred By The Economic Operator Should The Quantity Of Work Fall Short Of Economic Operators’ Expectations. It Is Expected That The Economic Operators Shall Adopt An Integrated Supply Chain Approach To Managing The Provision Of The Works To Be Delivered Under The Framework And Any Call-off Contract. Each Economic Operator Will Be Expected To Have Significant Flexible And Readily Available Resources In Order To Provide The Contracting Authority With A Rapid Response And An Ability To Deal With Emergency Type Works. It Is A Condition Of The Term Service Contract That Economic Operators Shall Make Provision To Have Available Resource To Carry Out Any Works Required 24 Hours Per Day 365 Days Per Year (including All Weekends And All Holiday Periods). Successful Tenderers Shall Be Appointed To The Framework For A Period Of Three Years, With An Optional Fourth Year Extension, At The Sole Discretion Of The Contracting Authority. It Is Anticipated That Any Call-off Term Service Contracts Awarded May Have A Term Of Up To Three Years, With An Optional Additional Year Extension, At The Sole Discretion Of The Contracting Authority Subject To The Terms Of The Relevant Call-off Contract. Economic Operators Should Note That The Contracting Authority Shall Also Seek To Appoint Separate Term Service Contracts With Electrical, Mechanical And Asbestos Removal Economic Operators. The Framework And Any Term Service Contract With The Economic Operator Will Be Based On Partnering And May Involve Working In Conjunction With Other Contractors Appointed Directly By The Contracting Authority. This Role May Be As Principal Contractor Or As Partnering Contractor To Other Term Service Contract Providers Appointed Directly By The Contracting Authority.
Dr Jose Fabella Memorial Hospital Tender
Furnitures and Fixtures
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 80.6 K (USD 1.3 K)
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The: Particular Quantity Unit Cost Total Cost 1. Bench Storage With Foam, 4 Seater 2 Units ₱7,800.00 ₱15,600.00 2. Conference Table, 12 Seater Size: Length 360m X Width 140m X Height 75m, Material: Medium Density Fiberboard (laminated Wood), With 12 Seats Included With Fixed Armrest, High Back, Leather Seat 1 Piece ₱35,000.00 ₱35,000.00 3. Steel Filing Cabinet (4 Drawers) Vertical Steel 4 Layers Recessed Handle With Label Holder Cylinder Lock And Keys. 52” Height X 18.5” Width X 28.5” Depth 1 Piece ₱6,000.00 ₱6,000.00 4. Steel Open Type Shelves (7 Shelves), All Steel Legal Size, Fabricated W/ Heavy Gauges Material Steel Sheet #22. Equipped W/ 7 Adjustable/detachable Shelves. Controlled Of Each Shelves W/ Double Stiffener & Each Layer W/ Corner Plate With Slotted Angular Bar. Overll Dim.: 72”h X 36”w X 18”d With Rubber Footing. Brand New. Painted W/ 1 Coat Primer & 2 Coats High Enamel Smooth Gray Finish 2 Units ₱4,500.00 ₱9,000.00 5. Office Table, Pre-laminated Boards W/ Side Drawers & Cpu Cabinet W/ Side Table, 1400 X 700 X 750 1 Piece ₱15,000.00 ₱15,000.00 Total ₱80,600.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before February 3 ,2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate. 2. Mayor’s Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com. The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotations, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Considered Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That May Be Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, M.d. Chair, Bids And Awards Committee (for Infrastructure / Goods Non- Medical / Consulting Services / Non-medical Equipment /services)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Municipality Of Kauswagan, Lanao Del Norte Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 834.4 K (USD 14.2 K)
Details: Description Qty Unit Item Description Estimated Unit Price Total Unit Price 15 Rolls Led Rope Lights (white) 8,500.00 127,500.00 3 Rolls Led Rope Lights (green) 8,500.00 25,500.00 2 Rolls Led Rope Lights (red) 8,500.00 17,000.00 3 Rolls Tie Wire #16 2,800.00 8,400.00 4 Rolls Flat Cord #16 8,700.00 34,800.00 2 Boxes Thhn #12 9,950.00 19,900.00 2 Boxes Thhn #10 12,700.00 25,400.00 1 Box Thhn #8 17,000.00 17,000.00 20 Packs Cable Tie #6 (100 Pcs) 750.00 15,000.00 20 Pcs Electrical Tape Big 75.00 1,500.00 2 Pcs Safety Breaker 100 Amp 1,200.00 2,400.00 2 Pcs Safety Breaker 60 Amp 990.00 1,980.00 7 Pcs Safety Breaker 20 Amp 625.00 4,375.00 7 Pcs Safety Breaker 15 Amp 625.00 4,375.00 20 Pcs Surface Type Outlet 4 Gang 595.00 11,900.00 30 Pcs Heavy Duty Male Plug 90.00 2,700.00 15 Pcs Rope Light Sequencer 150.00 2,250.00 5 Rolls Rubber Tape 245.00 1,225.00 2 Boxes Staple Wire #1 245.00 490.00 10 Kgs Tie Wire #14 175.00 1,750.00 1 Box Thhn #8 17,000.00 17,000.00 3 Boxes Thhn #12 9,950.00 29,850.00 2 Boxes Thhn #10 12,700.00 25,400.00 1 Pc Safety Breaker 100 Amp 1,200.00 1,200.00 1 Pc Safety Breaker 60 Amp 990.00 990.00 3 Pcs Safety Breaker 20 Amp 625.00 1,875.00 3 Pcs Safety Breaker 15 Amp 625.00 1,875.00 2 Rolls Flat Cord #16 8,700.00 17,400.00 150 Boxes Led Shower Lights (warm White) 850.00 127,500.00 20 Pcs Electrical Tape Big 75.00 1,500.00 50 Pcs Pvc Pipe ½” 175.00 8,750.00 2 Packs Pvc Nail Clip ½” 425.00 850.00 20 Pcs Pvc Long Elbow ½” 40.00 800.00 10 Packs Cable Tie #6 (100pcs) 750.00 7,500.00 100 Mtrs Flexible Hose ½” 20.00 2,000.00 50 Pcs Led Buld Daylight 3 Watt 245.00 12,250.00 50 Pcs Rubber Socket (weather Proof) 150.00 7,500.00 1 Gal Rugby 1,600.00 1,600.00 2 Pcs Cutter 200.00 400.00 6 Pcs Scissors 125.00 750.00 4 Pcs Paint Brush #1 ½ 55.00 220.00 40 Pcs 10mm Dsb 265.00 10,600.00 20 Kgs Welding Rod 295.00 5,900.00 15 Pcs Cutting Disc 125.00 1,875.00 30 Mtrs Chicken Wire #1 275.00 8,250.00 100 Boxes Led Shower Lights (warm White) 850.00 85,000.00 3 Boxes Thhn #12 9,950.00 29,850.00 3 Boxes Thhn #10 12,700.00 38,100.00 5 Packs Cable Tie #6 (100pcs) 750.00 3,750.00 10 Pcs Electrical Tape Big 75.00 750.00 Christmas Decoration (wharf) 50 Boxes Led Shower Lights (warm White) 850.00 42,500.00 1 Roll Flat Cord #16 8,700.00 8,700.00 10 Pcs Electrical Tape Big 75.00 750.00 2 Pcs Safety Breaker 20 Amp 625.00 1,250.00 2 Packs Cable Tie #8 (100pcs) 750.00 1,500.00 3 Packs Cable Tie #12 (100pcs) 850.00 2,550.00 2 Kgs Tie Wire #16 95.00 190.00 1 Roll Rubber Tape 245.00 245.00
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Scott.dwyer@usace.army.mil And Courtesy Copy Jessica.r.jackson@usace.army.milno Later Than 2:00 P.m. Cdt, 31 January 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location And Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). pavements & Maintenance Facility, Grand Forks Air Force Base (gfafb), North Dakota (nd). this Project Will Provide A Storage And Light Maintenance Facility To Store And Maintain Snow Removal Equipment. This Storage Facility Is Approximately 60,000 Sf With Space To Perform General Vehicle Maintenance. The Project Also Includes Ground Support Equipment (gse) Paving. This Project Also Includes Demolition Of Approximately 80,000 Sf Of Existing Facilities. Supporting Facilities Include Providing Liquid Storage Tanks, Generator, And Fuel Storage Tanks. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. special Construction And Functional Requirements: The Project Will Be Constructed Near The Southern End Of The Flightline Facilities At Gfafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. project Period Of Performance: period Of Performance Will Be 900 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 236220 – Commercial And Institutional Building Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years. construction Of Vehicle Storage And Or Vehicle Maintenance Facilities, Or Similar To Include Associated Site Features, Utilities, And Infrastructure. construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) construction Of Facilities On A Dod Military Installation. construction Of Facilities On An Active Airfield Flightline. construction Of Ufc 1-200-01, Building Code General Requirements construction Of Ufc 1-200-02 High Performance And Sustainable Building Requirements abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.
Municipality Of Isabela, Negros Occidental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand One Hundred Pesos (php 499,100.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental.delivery Of The Goods Required Is Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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. 6. The Municipality Of Isabela Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Bids And Awards Committee Bill Of Quantities Project Name Rehabilitation Of Giant Cross Location Barangay Mansablay, Isabela, Negros Occidental Abc Php 499,100.00 Item No. Qnty. Unit Item Description Unit Price Total Price 1 155 Bag Cement 2 25 Cu.m. Wash Sand 3 15 Cu.m. Gravel 3/4 4 65 Lengths 10 Mm Dsb 5 8 Lengths 3'' Gi Pipe Schedule 40 6 12 Lengths 2'' Gi Pipe Schedule 40 7 35 Sheet 1/4" Ordinary Plywood 8 50 Pcs 2 X 2 X 8 Good Lumber 9 5 Box Welding Rod 6013 10 10 Gal Epoxy Primer 11 15 Gal Enamel (white) 12 10 Gal Semi Gloss Latex (white) 13 10 Pcs Paint Brush 3'' 14 5 Pcs Roller Brush 7" 15 5 Kg Cwn 4" 16 5 Kg Cwn 2" 17 7 Kg Concrete Nails 2'' 18 30 Kg G.i. Tie Wire 19 4 Pcs 20,000 Lumens, 6000k Daylight Solar Streetlight With Solar Panel & 12 Hours Standby Battery Operation Life Span 20 4 Pcs 3'' G.i Pole With Concrete Base 21 4 Box Led Strip Light - Daylight White 22 1 Box Thwn 3.5mm (150meters/box) 23 10 Box No. 14 Cable Clip 24 1 Lot Labor Xxxnothing Followsxxx Signature Over Printed Name Of Bidder Date
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 394 K (USD 6.7 K)
Details: Description 2nd Invitation To Bid For The Supply And Delivery Of Materials For The Construction Of Forest Library Cum Learning Center At Puguis Communal Forest 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Three Hundred Ninety Four Thousand Forty Pesos (php394,040.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Materials For The Construction Of Forest Library Cum Learning Center At Puguis Communal Forest. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-11-6148-mo-menro Name Of Project: Supply And Delivery Of Materials For The Construction Of Forest Library Cum Learning Center At Puguis Communal Forest Project Location: La Trinidad, Benguet Contract Duration: Within 10calendar Days From Receipt Of The Notice To Proceed Brief Description: Qty. Unit Description 24 Piece Gi Sheet (rib Type) 20ft X .5mm 40 Piece Gi Sheet (cladding) 8ft X .5mm 500 Piece Hollow Block, 4” 8 Piece Gutter 5x24’ 10 Piece Pvc Pipe 3” 2 Piece Exhaust Fan Xfw-300 60 Piece Metal Furring 20’ 10 Piece Carrying Channel 20’ 18 Piece Wall Angle 8’ 1.5” 8 Piece Gi Pipe 3”, S40 22 Piece Channel Bar 2x4x1/8 4hd 40 Piece “c” Purlins 2"x3" 8 Piece “c” Purlins 2"x6" 40 Piece Tubular 2”x2” 60 Piece Plywood (marine) 1/4 3 Load River Sand 3 Load Crushed Sand 3 Load Gravel, 3/4 100 Bag Cement, 40kg 4 Box Gypsum Screw 3” 5 Kilo Welding Rod, Special 5 Piece Drill Bit 5/32 5 Piece Paint Brush 2” Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27- January 8, 2024 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 8, 2024 At 9:00am. 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 15. 9. Bid Opening Shall Be On January 8, 2024 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact No.: 0969 – 334 – 9233 / (074) 619 - 2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
DEPT OF THE NAVY USA Tender
Environmental Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: **rfp Amendment 0006: Provides Revised Sf 30 To Reflect Amendment 0005. Rfp Amendment 0005: Provides Attachment J.b-1 Sub Line Item Numbers Slins Rev1 In Response To Ppi 08. Rfp Amendment 0004: Extends Response Date To 10 January 2025 13:00 Pacific Standard Time And Provide Sf30(s) Relating To Rfp Amendment 01-04 As Attachments. Rfp Amendment 0003: Extends Response Date To 03 January 2025 13:00 Pacific Standard Time. Rfp Amendment 0002: Provides Response To Ppi 07. Rfp Amendment 0001: Provide Responses To Ppi 01-06 And Provides Revision 1 Of The Pws As Attachments. Navfac Nw, In Support Of The Environmental Business Line (ev), Is Requesting Proposals From Potential And Eligible Contractors To Provide Navy Installations And Navy Sites Primarily Within The Greater Puget Sound Area Environmental Services To Include, But Not Limited To The Following:? laboratory Testing? field Sampling, Testing, Surveys, And Investigations? shipping (containers And Coolers)? development/modification Of Sampling And Analysis Plans (saps), Standard Operating Procedures (sops), Quality Assurance Plans (qaps), And Project Specific Documentation? procure And Manage Testing/sampling Equipment And Supplies? drinking Water Testing? wastewater Testing? storm Water Testing? asbestos And Lead Facility Inspections? air Emission Testing? insulating Oil Testing? soil Testing Technical Work Description - Typical Work For This Contract Will Be:? laboratory Testing. Provide Testing Supplies (containers, Coolers, Blue Ice, Packing Materials, Preservative, Etc.) And Services To Analyze Environmental And Other Samples, Including But Not Limited To, The Following Regulatory Programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial Wastewater, Hazardous/solid Waste, Air Testing, Cercla (remedial ? field Sampling And Field Testing. The Contractor Shall Furnish All Labor, Supervision, Materials, Supplies, Travel, Consumables, And Equipment To Conduct Field Sampling And Testing Service Calls. Perform Sampling In Accordance With Relevant Federal, State And Local Regulations, Sampling And Analysis Plan(s), And Customer Guidance. Samples May Be Collected By The Navy And Delivered To A Laboratory Or The Contractor May Be Tasked With Sample Collection.? database Development Support. Develop, Design, And/or Modify Databases, In Ms Access, Or Other Database/programming Language, For Navfac Northwest And Their Customers To Facilitate The Import Of Laboratory Data, To Permit The Analysis, Query And Reporting Of That Data (including Temporal Queries), And To Provide Export Of That Data Into Multiple Formats.? develop/modification Of Sampling And Analysis Plans. Develop Sampling And Analysis Plans (saps) And/or A Standard Operating Procedure (sop) That Covers All Aspects Of The Field Sampling Activities.? procure Equipment And Supplies. Procure Equipment And Supplies Associated With Field Sampling As Specified By The Government. For Example, Equipment May Include Automatic Storm Water Samplers.? air Emission Source Testing. Air Emission Monitoring And Testing Performed In Accordance With Requirements Set Forth By Federal, State, And Local Rules And Permits. Testing And Monitoring May Be Performed For The Following Sources, But Not Limited To: Boilers, Generators, Storage Tanks, Fugitive Emissions From Building Enclosures, Electroplating/anodizing Tanks, Blast Booths, Paint Booths, And Powder Coating Booths. ? project-specific Documentation. Develop And Provide Documentation Related To A Sampling And/or Laboratory Service Such As: Security Access Requirements, Schedules, Project Plans, Quality Control Plans, Data Validation, Operations/maintenance Manuals, Final Or Interim Project Reports, Health And Safety Plans, Underground Storage Tank Closure Documentation, And Well Closure Documentation.geographic Location: The Geographic Location Of Your Company?s Primary Office Must Be Within A Three-hour (one-way) Ground Travel Distance From Naval Base Kitsap Bangor. This Criterion Is To Facilitate Efficient On-site Presence To Naval Facilities In The Greater Puget Sound Area To Conduct Activities Such As Sample Collection, Sample Pick-up, Equipment Delivery/pick-up, And On-site Meetings. The Laboratory, If A Separate Entity From The Primary Contractor, Does Not Need To Be In The 3-hour Distance But Does Need To Be Located In Washington Due To Certification Requirements.the Majority Of The Work For This Planned Solicitation Will Be Performed In The Greater Pacific Northwest Area To Include The Facilities Listed Below:? Naval Base Kitsap, Bremerton, Wa? Naval Base Kitsap, Keyport, Wa? Naval Base Kitsap, Bangor, Wa? Naval Station Everett, Wa? Naval Air Station Whidbey Island, Wa? Naval Magazine Indian Island, Wa ? Naval Radio Station Jim Creek, Wa? Naval Base Kitsap Manchester? Naval Base Kitsap Jackson Parkit Is Anticipated That The Preponderance Of Work Under This Solicitation Will Be Performed In The Greater Pacific Northwest Area, However; Project May Occur At Other Facilities Manage By Navy Region Northwest (nrnw) Throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, And Iowa. All Work Required Herein Shall Be Performed In Accordance With All Applicable Federal, State, And Local Laws And Regulations.please See Attached Rfp For Further Details.
7641-7650 of 8036 archived Tenders