Paint Tenders

Paint Tenders

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With 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. response Instructions: do Not Provide More Than 8 Pages, Including Cover Letter Page. submit Your Response Via Email To: Barron.long@va.gov submit Your Response Nlt 14:00 (mst) On Friday February 7th mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive. va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List; information Requested From Industry: in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List. vendor Name: sam Uei #: name Of Manufacturer: manufacturer Address: estimated Delivery Time: sac Fss Contract Number vendor Point Of Contract (poc) Name poc Phone Number: poc Email Address: statement Of Work introduction: the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc. the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days. note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor. site Specific Project Requirements the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow). this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts. the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area. within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas. all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq. all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed. all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New. waste Material Sorting/recycling the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris. the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings. painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property. the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights. external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling. the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc. the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc. number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications. contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate). connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq. the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. utility Shutdowns And Hot Work Permits contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule. contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed. the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station. note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required. badge Requirements the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.] site Visit the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk. the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting. exemption Certificate the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor. general Installation Requirements existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source. the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities. should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines. all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected. equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment. the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To: all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor. any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration. contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits). the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities. all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed. all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New. all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable. air Piping: (only Identification/flow Markings) air Intake Ductwork: safety White Pvc (identification And Flow Markings) large Dryer Air Exhaust Ductwork: safety White Pvc Textured Aluminum (identification & Flow Markings) small Dryer Air Exhaust Ductwork: safety White Pvc (identification & Flow Markings) vent Pipe: painted Flat Black (identification And Flow Markings) drain Line: painted Flat Black (identification And Flow Markings) domestic Water: safety White Pvc (identification And Flow Markings) fire Suppression Piping: painted Bright Red (identification And Flow Markings) outside Exposed Ductwork: sealed Watertight And Weather-proofed To Protect From The Environment all Conduits: not Painted installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable. if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work. install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work. valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain. trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain. the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor. equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor. belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit. a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors. plumbing Requirements plumbing grooved Or Mechanical Fittings Are Allowed On Piping. the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp traps the Contractor Shall Provide Traps On All Sanitary Branch Waste connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture. plumbing Installation in Accordance With The National Standard Plumbing Code, 2021 Edition. pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings. escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate. pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible. piping Shall Conform To The Following: waste, Storm Water Drain And Vent: Drain To Main Stack As Follows: pipe Size Minimum Pitch 3 Inch And Smaller 1/4 Inch To The Foot 4 Inch And Larger 1/8 Inch To The Foot exhaust Vent extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents. insulation Requirements unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation. water Piping interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing. air Piping interior To The Building And Outdoor External Air Piping Shall Be Copper Tube. all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible. pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings. pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings. electrical Requirements electrical electrical Installation conduits, Fittings, And Electrical Wire all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec). install A New Power Disconnect Box For Each Piece Of Equipment. all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers. all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70. all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections. electrical Wiring Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals. wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes. wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation. all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color. the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet. electrical Identification Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: install Nameplates - Center On Device, Cover Plate, Or Enclosure. use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served. lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable. all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment. nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material. the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification. electrical Protection the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From: damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms. any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed. data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up). electrical Receptacles And Outlets receptacles Shall Be Underwriters Laboratories Certified. mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal. receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws. ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or. the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal. the Receptacle Bodies Shall Be White In Color. four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box. gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second. receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug. weatherproof Receptacles shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner. wall Plates wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable. wall Plate Color Shall Be White. standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable. for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches. the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use. marking Pen Labeling use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen. label Tapes label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers. dielectric Fittings provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections. prefabricated Roof Curbs galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level. installation Requirements approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor. the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System. the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services. the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures. the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request. the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co. availability Of Parts And Service the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq. incorporation Of Documents the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq. the Equipment And Installation Supplies Shall Conform To The Following Standards: air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition. american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations. femp: Federal Energy Management Program (energy Efficient Product Rating). hvac Duct Construction Standards-metal & Flexible. national Electrical Manufacturers Association (nema), 2021 Edition. national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition. national Standard Plumbing Code, 2021 Edition. occupational Safety And Health Administration (osha) 29 Cfr 1910. sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition. sheet Metal Contractors National Association Inc. Publication, 2019 Edition. underwriters Laboratories Standards, 2022 Edition. city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Fy26 Eafb - 80 Row Eps, Ellsworth Afb, South Dakota (sd) sources Sought Notice #w9128f25sm004 anticipated Solicitation #w9128r25r0027 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 Thomas.g.mcfall@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cdt, 07 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: Ellsworth Afb, Sd 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). b-21 80 Row Eps, Ellsworth Air Force Base (eafb), South Dakota (sd). this Project Will Provide Six (6) New Pre-engineered Metal Environmental Protection Shelters (eps), Approximately 20,000 Sf Each. Eps’s Are Sized To Fit The B-2a “spirit” Aircraft With Space To Perform General Aircraft Maintenance. The Project Also Includes Associated Airfield And Ground Support Equipment (gse) Paving. Supporting Facilities Include Three (3) Maintenance Kiosks, Approximately 160 Sf Each, Providing Electrical And Communication Infrastructure To The Eps’s. This Project Will Include A Space Or Spaces Constructed To Afi 16-1404 Requirements. Additionally, This Project Will Full Demolition Of Existing Facilities And Partial Demotion Of Dock 83 And Reconstruction Of The Exterior Metal Wall Of Dock 83. 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, Aircraft, 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 Row 80 Of Flightline Facilities At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. New Airfield Apron Will Be Designed In Compliance With Ufc 3-260-02 And Will Be Constructed In Compliance With Ufgs 32 13 14.13. project Period Of Performance: 800 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 237990 – Other Heavy And Civil Engineering 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 Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. 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 To The Afi 16-1404 Or Equivalent Standards. construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. construction Of Facilities On A Dod Military Installation. construction Of Facilities On An Active Airfield Flightline. 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.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

BATANGAS STATE UNIVERSITY ALANGILAN Tender

Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Other Supplies For Research Project Sagip" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Other Supplies For Research Project Sagip" With An Approved Budget For The Contract (abc) Sixty-three Thousand Seven Hundred Twenty-four Pesos And Seventy-eight Centavos Only (php 63,724.78). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 1 Kilogram 6013 Welding Rod Hji 6013 2. 3 Piece Abs Pvc Junction Box Dimension: 200 X 155 X 80 Mm Ip: 65 Water Proof Material Properties 3. 3 Piece Arduino Mkr 1010 Speed: 48 Mhz Digital I/o: 22 Wireless Connectivity: Wifi, Lo-ra Pwm Pins: 12 Analog I/o: 8 4. 3 Piece Bi Slip On Flange Size: 1-inch Internal Diameter 15 Cm External Diameter 1 Cm Thickness Stainless Steel 304 5. 3 Piece Carbon Monoxide Sensor Mics-5524 Carbon Monoxide Co2 Hydrogen H2 Methane Ch4 Air Quality Monitoring Gas Sensor Module Mics5524 6. 3 Piece Cutting Disc 4 Inch 7. 3 Piece Dc Voltage Regulator Xh-m404 Dc 4-38v 8a Voltage Regulator Module Digital Pwm Adjustabl Dc-dc Step Down Voltage Regulator Xl4016e1 8. 3 Piece Electrical Tape 3m 9. 3 Piece Galvanized Steel Pipe Size: 1 Inch X 1.2 X 20 Ft Thickness: 1.0mm Density: 7850 Kg/cm3 Ultimate Tensile Strength: 400 Mpa Yield Tensile Strength: 300 Mpa Young Modulus: 2010 Gpa Melting Point: 1,260°c 10. 3 Piece Grinding Disc 4 Inch 11. 3 Piece Lcd Display 4.3 Inch Esp32-s3 Hmi 8m Psram 16m Flash 480*270 Rgb Lcd Tft Module For Arduino Lvgl Wifi Bluetooth Smart Display Touch Screen 12. 3 Piece Nitrogen Oxide Sensor -4541 Mics-4514 Carbon Monoxide Nitrogen Oxygen Sensor Co/no2/h2/nh3/ch4 13. 3 Piece Pcb Board Pcb Prototyping Universal Board Fiberglass Plate 14. 3 Piece Rechargeable Battery Lifepo4 Cylindrical Battery Model Number 3.2v 20ah Weight 380g Charging Ratio 1c Discharge Rate 1c Model Ev C40 20ah 3.2v Lifepo4 Cell Voltage 3.2v Capacity 20ah Weight 0.38kg Cycle Life 6000 Cycles Usage Storage System Shape Cylinder Storage Type -25c To 40c Anode Material Lfp 15. 3 Meter Soldering Lead Soldering Lead 280g 1.0mm 16. 3 Piece Spray Paint Bosny Silver 17. 8 Piece Stainless Steel Bolts And Nuts Size: M10 X 1 Inch Tensile Strength: 700n/mm2 Yield Strength: 450n/mm2 18. 20 Meter Stranded Jumper Cable Wires #24 Copper 19. 3 Piece Sulfur Dioxide Sensor Sensor Type: Mos Figaro Typical Detection Range: 400-2000 Ppm 20. 3 Piece Voc Sensor Sensor Manufacture: Ams Sensor Model: Ccs811 Module Model: Cjmcu-811 Supply Voltage: 1.8v – 3.6v Current Consumption During Measurement: 26 Ma (max. 30 Ma In Mode 1) Current Consumption During Sleep: 19 Ua (@1.8v) Work Temperature: -5 Do 50 C 5 Modes Interface: I2c (10 - 400 Khz) Size: 20.1 X 14.7 X 2.7 Mm 21. 3 Piece Wind Direction Sensor Transducer Sensor Wind Direction Robot Detection 22. 3 Piece Wind Speed Sensor 30ms Polycarbon Wind Speed Direction Sensor Weather Station Outdoor 3 Cup Anemometer Sensor Output Rs485 4-20ma 0-5v 0-10v Note: Kindly Indicate The Brand On Your Quotation. Kindly Use The Canvass Form Provided For Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 03, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Engr. Nomer M. Sarmiento Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 415-0139 Local 2130
Closing Date3 Jan 2025
Tender AmountPHP 63.7 K (USD 1.1 K)

Municipality Of Kibawe , Bukidnon Tender

Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Details: Description Januar 28,2025 Invitation To Bid Name Of Project: Suppy & Delivery Of Materials For The Rehabilitation Of Potable Water System At Magsaysay, Kibawe, Bukidnon Approved Budget Of The Contract: P 392,390.11 Items: 11 Bags Portland Cement 1 Cu.m Sand 1 Cu.m 3/4" Gravel 11 Bags. Water Proofing Cement 1 Gallon Epoxy Paint 11 Length 10 Mm Ø Dsb (wall Vertical @ 0.10m O.c 11 Length 10 Mm Ø Dsb (wall Horizontal @ 0.15m O.c 6 Length 10 Mm Ø Dsb (bottom Slab/footing @ 0125m O.c (b.w, ) 6 Length 10 Mm Ø Dsb (slab Cover @ 0.1m O.c (b.w) 8 Bags Portland Cement 1 Cu.m Fine Sand 8 Bags. Water Proofing Cement 12 Pcs 1/4" Opw 192 Bd.ft 72- 2" X 2" X 8' 180 Bd.ft 45- 2" X 3" X 8' 4.5 Kls. 1 1/2" 30 Kls. 4" Cwn 10 Kls. 2 1/2" Cwn 1 Ls 2 1/2" Gi Nipple X 16" (air Vent) 1 Pc 2 1/2 Gi Elbow 1 Ls Check Valves And Fittings, 2" Dia. 1 Pc G.i Nipple 4" Dia. X 16"(over Flow) 1 Pc G.i Nipple 3" Dia. X 24"(drain) 2 Pcs 3"ø Pe Male Adaptor 1 Pc 21/2''ø Pe 90 Degrees Elbow 1 Pc 3''ø Gi Elbow 1 Ls 3" Gi Nipple X 16 (over Flow)) 1 Pc 4" Dia. Gi Pipe Sch.40 2 Length Teplon Tape (big) 1 Pc 1 1/2 " Gate Valve Flange Type 1 Ls 1 1/2" Gi Nipple X 24" 2 Pcs 1 1/2"ø Pe Male Adaptor 2 Pcs Teplon Tape (big) 3 Pcs 21/2''ø Pe 90 Degrees Elbow 1 Pc 21/2"øthreaded Brass Type Gatevalve 1 Length 21/2" G.i Pipe 2 Pcs 21/2"ø Pe Male Adaptor 1 Pc Teplon Tape (big) 22 Rolls Pe Pipe 1 1/2"ø X 60m, Sdr 11 Iso 16 Rolls Pe Pipe 1 1/4"ø X 60m, Sdr 11 Iso 22 Pcs 1 1/2" Ø Pe Union Coupling 16 Pcs 1 1/4" Ø Pe Union Coupling 1 Pc Pe Reducer 1 1/2" X 1 1/4" 1 Pc Pe Male Adoptor 1 1/2"ø 1 Pc Pe Male Adoptor 1 1/4"ø 2 Pc 1 1/2"ø Brass Gate Valve 1 Pc 1 1/2" Pe Tee B"ø 1 Pc 1 1/4" Pe Tee B"ø 4 Cut Rubber Gasket 1/4 Thk X 12" X 10m 2 Pcs Upvc Flange Adaptor 1 1/2"ø 1 Pc Gi Niple 1 1/22 " X 16" 2 Pc Gi Elbow 1 1/2 " 6 Pcs Bolt 5/8 X 1 1/2" 2 Length Deformed Bar 10mm 1 Bag Portland Cement 2 Pc Air Release Valve , 25mm 1 Pc Ci Saddle Clamp 2 " X 1" 2 Pc Ci Saddle Clamp 1 1/2" X 1" 2 Pc Ball Valve 1" 2 Pc Gi Pipe Niple 1" X 1 M 4 Length Deformed Bar 10mm 2 Bag Portland Cement The Conduct Of Bid For Suppy & Delivery Of Materials For The Rehabilitation Of Potable Water System At Magsaysay, Kibawe, Kibawe,bukidnon Particular Criteria For Eligibility Check, Examination, And Evaluation Of Bids Shall Be In Accordance With The Provisions Of R.a 9184 And It’s Implementing Rules And Regulations. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At Bac Office-lgu Kibawe, Kibawe, Bukidnon . The Schedule Of Bac Activities As Follows: 1. Issuance Of Bid Documents: January 30, 2025 – February 5, 2025 At Bac Office Kibawe, Kibawe, Bukidnon 2. Dropping Of Bid Documents: February 5, 2025 On Or Before 9:00 A.m 3. Opening Of Bid Documents: February 5, 2025 At 9:00 A.m- Bac Office Kibawe, Kibawe, Bukidnon All Bids Must Be Accompanied By A Bid Securing Declaration Or In The Form Of Bid Security, Cash, Certified Manager’s Checks, Bank Guarantee, Surety Bond And In An Amount Specified In The Bid Documents, Late Bids Shall Not Be Accepted. The Municipality Of Kibawe, Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time To Contract Award, Without Thereby Incurring Any Liability To The Prospective Bidder Or Bidders. Engr. Roger S. Tamula Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 392.3 K (USD 6.7 K)

Province Of Negros Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid Bid No. B-428-2024 1. The Provincial Government Of Negros Oriental, Through The Source Of Fund: (sp Res.# 376-2022 A0# 1, Series Of 2022 20% Df, Cy 2022/ Res.#1109-2023 Ao # 27, Series Of 2023 20% Df Cy 2023/ Responsibility Center:1918-004(22)/1918-013(23), Intends To Apply The Sum Of Twelve Million Seven Hundred Forty Thousand Pesos (php 12,740,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Negros Oriental Now Invites Bids For The Requirement One (1) Lot ,2 Infrastructure Projects, Viz: 1 To Hire Contractor To Provide Materials, Labor And Equipment For The "additional Appropriation For The Construction Of Multipurpose Building, La-playa Poblacion, Vallehermoso, Negros Oriental” P2,940,000.00 2 To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement Of La-playa Multi-purpose Building, At Poblacion, Vallehermoso, Negros Oriental” P9,800,000.00 Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 To January 7, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twelve Thousand Pesos (php 12,000.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 7, 2025 At 1:00 In The Afternoon. 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 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairperson One (1) Lot, 2 Infrastructure Projects, Viz: To Hire Contractor To Provide Materials, Labor And Equipment For The “additional Appropriation For The Construction Of Multi-purpose Building, La-playa Poblacion, Vallehermoso, Negros Oriental” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Mobilization/demobilization 1.00 Lumpsum Ii. Temporary Facility 1.0 Lumpsum Iii. Signages 1.00 Lumpsum Iv. Occupational Safety 1.00 Lumpsum V. Automatic Fire Sprinkler Roughing-ins 1.00 Lumpsum Vi. Ceiling Works 218.00 Sq.m. Vii. Tile Works 312.0 Sq.m. Viii. Painting Works 747.00 Sq.m. Ix. Electrical Works 1.00 Lumpsum X. Plumbing Works 1.00 Lumpsum Contract Duration: 90 Calendar Days Abc:p2,940,000.00 To Hire Contractor To Provide Materials, Labor, And Equipment For The “improvement Of La-playa Multi-purpose Building, At Poblacion, Vallehermoso, Negros Oriental” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Mobilization/demobilization 1.00 Lumpsum Ii. Signages 1.00 Lumpsum Iii. Occupational Safety 1.00 Lumpsum Iv. Demolition & Removal Works 1.00 Lumpsum V. Water Proofing Works 465.00 Sq.m. Vi. Excavation & Earth Fill Works 35.00 Cu.m. Vii. Concrete & Structural Works 84.00 Cu.m. Viii. Steel Works 16,865.15 Kgs. Ix. Carpentry Works 916.00 Bd.ft. X. Masonry Works 1,500.00 Sq.m. Xi. Painting Works 125.00 Sq.m. Xii. Roofing Works 130.00 Ln.m. Xiii. Plumbing Works 1.00 Lumpsum Xiv. Electrical Works 1.00 Lumpsum Xv. Door & Windows 1.00 Lumpsum Contract Duration: 170 Calendar Days Abc:p9,800,000.00 Total Abc:p12,740,000.00
Closing Date7 Jan 2025
Tender AmountPHP 12.7 Million (USD 219.5 K)

Saddle Elementary School Tender

Publishing and Printing
Philippines
Details: Description Qty Unit Item Description Abc 1 18 Boxes Bond Papers, A4 14,850.00 2 15 Boxes Bond Papers, Long 13,875.00 3 8 Reams 180 Gsm Special Paper A4 2,000.00 4 6 Reams 180 Gsm Special Paper Long 1,560.00 5 100 Pcs Folder,white 500.00 6 1 Pc White Board, 4x8 4,000.00 7 12 Bottles White Board Marker, Refill Black 1,500.00 8 12 Bottles White Board Marker, Refill, Blue 1,500.00 9 12 Bottles White Board Marker, Black 660.00 10 12 Bottles White Board Marker, Blue 660.00 11 20 Pcs Refillable Marker, Permanent, Broad, Black 720.00 12 50 Pcs Expanding Envelop, Brown, Long 700.00 13 8 Pcs Expanding Envelop With Compartment 1,440.00 14 100 Pcs Manila Paper, Sliced 700.00 15 30 Pairs Battery, Aa 1,200.00 16 8 Boxes Sign Pen, C4, Black 6,720.00 17 8 Boxes Sign Pen, C4, Green 6,720.00 18 12 Boxes Ballpen, C5, Green 780.00 19 8 Boxes Ballpen,c5, Black 520.00 20 8 Boxes Ballpen, C5, Red 520.00 21 8 Pcs Glue Gun, S/s 1,120.00 22 100 Pcs Glue Stick, S/s 500.00 23 55 Pcs Board Eraser 1,100.00 24 20 Pcs Correction Tape, 10m 560.00 25 20 Pcs Glue, 130 G 1,100.00 26 20 Rolls Masking Tape, 1" 600.00 27 10 Roll Clear Tape, 1" 160.00 28 45 Rolls Clear Tape, 2" 900.00 29 16 Rolls Duck Tape, 2" 1,376.00 30 10 Roll Double Sided Tape 1" 280.00 31 18 Pcs Stapler No.35 2,700.00 32 18 Boxes Staple Wire No. 35 540.00 33 10 Pcs Stapler No.10 450.00 34 10 Boxes Staple Wire No. 10 70.00 35 8 Boxes Paper Clip, 33m 88.00 36 8 Boxes Binder Clip 2" 544.00 37 20 Bottles Inks, 003, Black, Genuine 5,800.00 38 8 Pcs Laser Pointer 10,880.00 39 6 Pcs Puncher, Heavy Duty 1,140.00 40 4 Unit Printer, 3 In 1 52,000.00 41 8 Pcs Hdmi, 5m, Soft Pure Black 2,320.00 42 5 Set Paint Brush, Set 450.00 43 8 Boxes Fastener 256.00 44 1 Pc Paper Cutter, Long 1,750.00 45 24 Pcs Scissors, 7" 1,920.00 46 8 Pcs Adaptor 520.00 47 8 Pcs Cutter Knife, Heavy Duty, B/s 480.00 48 5 Can Floor Wax, 900g 1,350.00 49 1 Unit Chargeable Speaker For Big Events 8,050.00 50 2 Unit Speaker, With 2 Mic, Small 2,300.00 51 1 Pc Wired Mic, 20 M 1,160.00 52 14 Pcs Office Pad Lock 5,600.00 53 2 Pc Fire Extinguisher 4,400.00 54 1 Pcs Perculator, 3 L 6,500.00 55 3 Pcs Knife, Small 615.00 56 2 Pcs Thermos 910.00 57 3 Pcs Chopping Board , White 1,365.00 58 1 Pcs Kettle, 2 L 880.00 59 2 Pcs Sauce Pan, 32" 2,610.00 60 1 Pcs Frying Pan, 40 " 1,305.00 61 2 Pcs Strainer, Stainless, B/s 910.00 62 2 Pcs Bowls, Dozens, 3", Green 1,510.00 63 4 Pcs Plastic Containers For Coffee And Sugar 320.00 64 12 Pcs Serving Plate, Oblong 1,200.00 65 3 Dozen Spoon, Metal 750.00 66 5 Pc Tweezers For Jewelry 900.00 67 3 Pc Wire Cutters For Jewelry 540.00 68 3 Pc Round Nose, For Jewelry 540.00 69 3 Pc Crimping Pliers For Jewelry 540.00 70 3 Pc Flat Nose Pliers For Jewelry 540.00 71 20 Bottle Hand Soap, 500 Ml, Liquid 3,000.00 72 22 Bottle Alcohol, 500ml 2,420.00 73 2 Pcs Water Bottle Holder 760.00 74 2 Pcs Water Bottle Round 400.00 Total 202,104.00
Closing Date21 Jan 2025
Tender AmountPHP 202.1 K (USD 3.4 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: The Contractor Shall Provide All Services, Including Materials, Labor And Installation Required For The Complete Removal And Replacement Of A Four (4) Bay Self-service Car Wash System Located At Subase Kings Bay. work Shall Include But Is Not Limited To The Following: 1. Site Investigation: The Contractor Shall Provide And Perform All Necessary Siteinvestigation And Utility Locates (including, But Not Limited To, Sub-surface Utility “pot Holing”)as Required To Complete The Project. All Site Investigation Activities Shall Be Coordinatedwith Appropriate Installation Personnel Through The Point Of Contact (poc). 2. Materials: The Contractor Shall Provide All Materials, Equipment And Fixtures, Including Allrequired Accessories, Necessary To Produce A Complete And Useable Facility. Additionally,the Contractor Is Responsible For All Material Handling, Staging, Delivery/transportation,receipt Confirmation, Loading/unloading Of All Materials, Including Any Lifting Equipmentrequired, During All Phases Of Work. 3. Disposal: The Contractor Is Responsible For The Disposal Of All Waste Materials Generatedas Part Of This Project And Shall Remove All Waste And Equipment To An Offsite Area. Alland Laydown Area Will Be Designated For The New Equipment And Disposal Containers.also, The Contractor Shall Clean Up The Work Site Daily To The Satisfaction Of The Poc. 4. Demolition: The Contractor Shall Remove All Materials Not Required For The Operation Of Theproposed Systems Within All Four (4) Existing Car Wash Bays And Supporting Spaces, Whileretaining All Code Required Items. The Existing Self-service Multi-pressure Car Washsystem Including Water Hoses And Plumbing Lines, All Existing Bay Controls And Meters,and All Existing 360 Degree And 180 Degree Pressure Booms. The Contractor Shall Removethe Existing Bill Changer And Dispose Of As Stated Above. The Contractor Shall Also Removeand Dispose Of All Existing Operational Wall Signage, And All Wall Accessories Typical For Allfour (4) Bays. 5. Renovation: The Contractor Shall Furnish Install A New Self-service Multi-pressure Carwash System. The New Self-service Car Wash System Shall Include All New Hoses Andplumbing Lines To Support The New System. The System Shall Include The Minimum Of Thefollowing Functions: tire Cleaner presoak high Pressure Soap wax rinse spot-free Rinse bug Off foam Brush foam Conditioner 6. The Contractor Shall Provide All The Chemicals And Detergents For The Durationof Start-up Testing And Inspections To Ensure The Self-service Car Wash System Is Fullyoperational. 7. The Contractor Shall Furnish And Install Four (4) New 360-degree Pressurespray Wand Booms And Any Attachments Needed To Connect To The Existing System Supplypiping Within Each Wash Bay As Required. The Contactor Shall Install Four (4) New 180-degree Foam Conditioner Booms And Any Attachments Needed To Connect To The Existingsystem Supply Piping Within Each Wash Bay As Required. 8. Renovation: The Contractor Shall Furnish And Install In All Four (4) Bays The Followingaccessories: foam Brush Buckets high Pressure Wand Holders bay Hooks matt Clamps menu Board And Operational Signage 9. Renovation: The Contractor Shall Furnish And Install Four (4) New Self-serve Car Wash pos Control Meters. The New Bay Control Meters Shall Have A Coin And Credit Card Option. the Individual Credit Card Reader Must Be Compatible With Nayax Payment And management System. The Contractor Shall Insure That The Point Of Sale (pos) System Is compatible With The Installation Morale Welfare And Recreation (mwr) Department’s existing Nayax System. The Government Will Provide 3rd Party Encryption And Process separately From This Contract. 10. Renovation: The Contractor Shall Install A New Weatherproof Electrical Vending Machine that Will Be Compatible With The Same Payment Option As Line Item Ten (10) Above. The vending Machine Options Shall Include Items Such As: towels wipes protectants shines cleaners deodorizers air Fresheners 11. The Contractor Shall Furnish And Install A New Bill Changer Matching Existing Unit configurations At The Same Location As Existing. 12. Renovation: The Contractor Shall Install All New Equipment And Related Accessories, As per Manufacturer’s Installation Guidelines. if The Contractor Is Quoting An “equal” To The Listed Product Herein, The Contractor Shall submit Complete Specifications On The “equal” Product With The Response To This Rfq. The specifications Will Be Reviewed By The Poc And Contracting Officer (ko) For Possible Use on This Project. 13. Submittal: The Contractor Shall Submit A Signage Graphics Package To The Poc For approval Fifteen (15) Days Prior To Fabrication. All New Merchandising And Operational signage Must Comply With The Mwr Brand Standards. 14. Preservation: The Contractor Shall Protect Existing Adjacent Materials, Especially Wall And floor Surfaces, From Any And All Damage During The Work, By Utilizing Walk Pads, construction Screens And Other Industry Best Practices Protection Methods. 15. Restoration: The Contractor Shall Repair And/or Replace All Facility Elements Impacted and/or Damaged By Work, To The Satisfaction Of The Poc. The Contractor Shall Patch, Paint and/or Otherwise Restore All Building Materials, Including But Not Limited To, Wall And Floor surfaces Damaged By Work; To The Satisfaction Of The Poc. 16. Warranties: The Contractor Shall Provide A Warranty On All Materials I.e Chemicals And detergents/equipment And Labor For A Period Of One (1) Year, Or Longer If Standard Formaterials/equipment, From The Date Of Acceptance By The Ko. The Contractor Shall Referto Section H And I For Additional Information Regarding Warranties And Extended Warranties. 17. The Contractor Shall Provide An Operations And Maintenance (o&m) Manual To The Pocand Ko, As Instructed. Also, The Contractor Shall Provide Instruction And Training To Thepoc, Mwr Facility Staff And Pwd Representatives On The Care And Maintenance Of Allinstalled Equipment And Systems, Using The O&m Manual As The Training Basis. site Inspection the Contractor Shall Examine The Site And Determine For Themselves The Existing Conditions And general Character Of The Site. Claims For Additional Costs Due To Conditions That Could Have Been verified By Site Investigation Will Not Be Authorized. Contractor Shall Contact The Poc To Schedule the Site Inspection.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 6210-01-383-9627 fixture, Lighting eaton Crouse-hinds Series Pauluhn 729 Industrial Globe And Guard, Medium Base, 2" Box Depth, 50/60 Hz, Wall Mount 150w Cast, Marine Brass, Painted White each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-007, Code 39 Symbology. All Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. mfg: Paulun Electric Mfg. Co. Inc. pn: 729b7wht qty: 107 Ea this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-02 (jan 3, 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 335132 And The Business Size Standard Is 600. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Pauluhn Electric Mfg. Co. Inc. And/or Their Authorized Distributors Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is January 21, 2025, At 10:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) With Alternate I, Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.acquisition.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025). the Following Clauses Listed Within Far: 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) the Following Clauses Listed Within 52.212-5 Are Applicable: far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021) far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note). far 52.219-28, Post Award Small Business Program Representation (feb 2024)(15 U.s.c. 632(a)(2) far 52.222-3, Convict Labor (jun 2003)(e.o. 11755) far 52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) far 52.222-21, Prohibition Of Segregated Facilities (april 2015) far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246) far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-50, Combat Trafficking In Persons (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(41 U.s.c. 10a-10d) far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Municipality Of Basud, Camarines Norte Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction Of Two-storey (1,996.31 Sq.m.) Public Market A. General Requirements A.1. Mobilization And Demobilization 1.00 L.s. A.2. Occupational Safety And Health 1.00 L.s. A.3. Project Billboard 1.00 Each A.4. Lot Survey, Ground Layout And Staking 1.00 L.s. B. Earthworks B.1. Removal Of Unsuitable Materials 677.44 Cu.m. B.2. Embankment From Borrow 3,721.38 Cu.m. B.3. Anti-termite Soil Poisoning 1.00 L.s. C. Pile Works C.1. Precast Concrete Pile, Furnished 400mm X 400mm 2,136 L.m. C.2. Pre-cast Concrete Piles, Driven 1.851.20 L.m. D. Construction Of Public Market D.1. Structure Excavation 1,090.23 Cu.m. D.2. Gravel Bedding 111.22 Cu.m. D.3. Structural Concrete (footings, Columns And Beams) 868.06 Cu.m. D.4. Structural Concrete (slabs, Canopies & Parapet Walls) 565.01 Cu.m. D.5. Structural Concrete (lean Concrete) 50.92 Cu.m. D.6. Reinforcing Steel Bars (g40) 83,849.52 Kgs. D.7. Reinforcing Steel Bars (g40) 103,650.44 Kgs D.8. Formworks And Falseworks 1.00 L.s. D.9. Chb (including Reinforcing Steel) 1,012.87 Sq.m. D.10. Cement Plaster Finish 2,025.74 Sq.m. D.11. Doors And Windows 1.00 L.s. D.12. Metal Structures (trusses And Handrails) 7,761.68 Kgs D.13. Ramp Roof And Accessories 81.09 Sq.m. D.14. Ceiling Works 921.81 Sq.m. D.15. Tile Works And Floor Treatments 1,511.93 Sq.m. D.16. Sanitary Works 1.00 L.s. D.17. Storm Drainage System 1.00 L.s. D.18. Cold Water Line Works 1.00 L.s. D.19. Plumbing Fixtures 1.00 L.s. D.20. Electrical Works 1.00 L.s. D.21. Mechanical Works 1.00 L.s. D.22. Painting Works And Wall Treatments 6,317.32 Sq.m. D.23. Water Proofing 2,452.80 Sq.m. D.24. Testing And Commissioning 1.00 L.s. D.25. Stainless Steel Signage (front) - Machine Cut 1.00 L.s. D.26. Concrete Stalls With Drop Ceiling 12.00 Sets D.27. Commercial Unit 1 (7.74 Sq.m.) 40.00 Sets D.28. Commercial Unit 2 (7.00 Sq.m.) 7.00 Sets
Closing Date2 Jan 2025
Tender AmountPHP 95.1 Million (USD 1.6 Million)
8361-8370 of 8735 archived Tenders