Paint Tenders
Paint Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Lower Villa Jacinta, Macrohon, Southern Leyte Contract Id No. : 2. 25il0041 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose Building – Including Clearing And Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Finishing Works Including Cement Plaster, Painting Works Of Steel, Concrete Surfaces (ground Floor Walls And All Ceilings) And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Fixtures, Ceiling Works, Tile Works. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 190 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip) – Multi Purpose Buildings / Facilities To Support Social Services, Completion Of Multi-purpose Building, Ibarra, Maasin City, Southern Leyte Contract Id No. : 1. 25il0030 Locations : Maasin City, Southern Leyte Scope Of Works : Completion Of Multi-purpose Building Including Earthworks, Structural Works, Masonry Works, Ceiling Works, Plumbing Works, Roof Framing And Roofing Works, Painting Works And Electrical Works. Approved Budget For The Contract : Php 3,960,000.00 Contract Duration : 180 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 30, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date3 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 K)
Province Of Negros Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid Bid No. B-23-2025 1. The Provincial Government Of Negros Oriental, Through Early Procurement Activity (epa), Intends To Apply The Sum Of Four Million Nine Hundred Thousand Pesos (php 4,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “construction/improvement Of Multipurpose Evacuation Center, Purok Paglaum, Brgy. Calindagan, Dumaguete City, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 151 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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) 225-111, 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 January 17, 2025 To February 5, 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 Four Thousand Five Hundred Pesos (php 4,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On January 24, 2025 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 February 5, 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 February 5, 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 Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “construction/improvement Of Multipurpose Evacuation Center, Purok Paglaum, Brgy. Calindagan, Dumaguete City, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit Spcl I General Requirements Spcl I-1 Mobilization/demobilization 1 Lot Spcl I-2 Occupational Safety & Health Program 1 Lot Spcl I-3 Temporary Facilities 1 Lot Spcl I-4 Signages 1 Lot 803(1)a Structure Excavation 35.28 Cu.m. 804(1) Embankment 162 Cu.m. 900(1) Structural Concrete 94.3 Cu.m. 902(1) Reinforcing Steel 6671.58 Kgs. 903 Formworks & Falseworks 273.6 Sq.m. 1014 Roof Works 763 Ln.m. 1018 Tile Works 6 Sq.m. 1027 Cement Plaster Finish 342.54 Sq.m. 1032 Painting Works 277.2 Sq.m. 1045 Plumbing Works 1 Lot 1046 Masonry Works 102.54 Sq.m. 1047 Structural Roof Framing With C-purlins 6197.46 Kgs. Spcl I -v Louver 102 Sq.m. Spcl I-vi Electrical Works 1 Lot Spcl I-vii Doors & Windows 1 Lot Spcl I-viii Steel Works 887.95 Kgs. Contract Duration: 151 Calendar Days Abc:p 4,900,000.00
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 83.8 K)
Province Of Negros Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid Bid No. B-28-2025 1. The Provincial Government Of Negros Oriental, Through Early Procurement Activity (epa), Intends To Apply The Sum Of Two Million Nine Hundred Forty Thousand Pesos (php 2,940,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “construction/improvement Of Multipurpose Evacuation Center, Habitat 3, Brgy. Bajumpandan, Dumaguete City, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 96 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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) 225-111, 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 January 17, 2025 To February 5, 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 Two Thousand Five Hundred Pesos (php 2,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On January 24, 2025 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 February 5, 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 February 5, 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 Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “construction/improvement Of Multipurpose Evacuation Center, Habitat 3, Brgy. Bajumpandan, Dumaguete City, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I.1 Mobilization And Demobilization 1.00 Lot I.2 Temporary Facilities 1.00 Lot I.3 Occupational Safety And Health Program 1.0 Lot I.4 Signages 1.00 Each Ii. Excavation Works 34.00 Cu.m. Iii. Formworks & Scaffolding 2,426.00 Bd.ft. Iv. Steel Works (footing, Columns, Roof Beam, Sag Rods, Cross Bracing) 4,954.05 Kgs. V. Concrete Works 36.00 Cu.m. Vi. Metal Works (trusses, Sway Brace, Fascia, Roof Framing) 13,347.32 Kgs. Vii. Roofing Works 481.00 L.m. Viii. Painting Works 591.14 Sq.m. Contract Duration: 96 Calendar Days Abc:p 2,940,000.00
Closing Date5 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.2 K)
MUNICIPALITY OF LANTAPAN Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Seven Hundred Seventy Thousand Nine Hundred Sixty-eight Pesos & 66/100 (php 3,770,968.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Ib # 2024-12-091. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 121 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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 Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On January 2, 2025 At 1:00 P.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On January 14, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 14, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 20, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Bill Of Quantities Reference No. : Ib # 2024-12-091 Name Of Project: Constuction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Location: Alanib, Lantapan, Bukidnon Abc: Php 3,770,968.66 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Structure Excavation, Common Soil Cu.m 43.10 2 Embankment Cu.m 34.96 3 Gravil Fill Cu.m 16.56 4 Reinforcing Steel (deformed, Grade 40) Kg 2,150.37 5 Structural Concrete - Class A, 28 Days Cu.m 60.35 6 Non Loadbearing (including Reinforcement), 100mm Sq.m 52.68 7 Cement Plaster Finish Sq.m 50.56 8 Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 12,397.37 9 Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 10 Metal Structure Accessories (cross Bracing) Pc 40.00 11 Metal Structure Accessories (steel Plates) Pc 30.00 12 Metal Structure Accessories (sagrods) Pc 210.00 13 Prepainted Metal Sheet (dura Curve Rib Type, Long Span) Sq.m 633.60 14 Fabricated Metal Accessory (box Type Gutter), Box Type End Flashing Molding) Ln.m 88.00 15 Forms Works And Scaffolding Bd.ft 1,500.00 16 Painting Works Sq.m 52.24 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________
Closing Date14 Jan 2025
Tender AmountPHP 3.7 Million (USD 64.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip) – Multi Purpose Buildings / Facilities To Support Social Services, Completion Of Multi-purpose Building, Cabulihan, Limasawa, Southern Leyte Contract Id No. : 4. 25il0043 Locations : Limasawa, Southern Leyte Scope Of Works : Completion Of Multi-purpose Building - Including Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Plumbing Works, Roof Framing And Roofing Works, Painting Works Of Steel And Wood Surfaces, Provisions Of Electrical Works (electrical Conduits). Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 200 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Province Of Negros Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid Bid No. B-25-2025 1. The Provincial Government Of Negros Oriental, Through Early Procurement Activity (epa), Intends To Apply The Sum Of Two Million Nine Hundred Forty Thousand Pesos (php 2,940,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement Of Nasipit Multipurpose/evacuation Center, Brgy. Cabangahan, Siaton, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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) 225-111, 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 January 16, 2025 To February 4, 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 Two Thousand Five Hundred Pesos (php 2,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On January 23, 2025 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 February 4, 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 February 4, 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 Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement Of Nasipit Multipurpose/evacuation Center, Brgy. Cabangahan, Siaton, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. General Requirements 1.mobilization/demobilization 1.0 Lot 2.safety Requirements 1.0 Lot 3.temporary Facilities 1.0 Lot 4.signages 1.0 Lot Ii. Demolition Works 12.0 Sq.m. Iii. Earthworks 1.excavation 68.90 Cu.m. 2.embankment 37.50 Cu.m. Iv. Formworks And Scaffoldings 62.00 Sq.m. V. Concrete Works 34.94 Cu.m. Vi. Masonry Works 349.10 Sq.m. Vii. Reinforcing Steel (deformed; Grade 40) 2,842.40 Kgs. Viii. Steel Works 4,164.36 Kgs. Ix. Roofing Works 128.80 Sq.m. X. Ceiling Works 83.40 Sq.m. Xi. Painting Works 186.80 Sq.m. Xii. Plumbing Works 1.00 Lot Xiii. Doors & Windows 1.00 Lot Xiv. Electrical Works 1.00 Lot Contract Duration: 150 Calendar Days Abc:p 2,940,000.00
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Completion Of Multi-purpose Building, Hantag, Maasin City, Southern Leyte Contract Id No. : 4. 25il0033 Locations : Maasin City, Southern Leyte Scope Of Works : Completion Of Multi-purpose Building - Including Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Painting Works Of Steel And Wood Surfaces, Plumbing Works, Electrical Works Including Conduits, Boxes & Fittings. Installation Of Panel Doors, Door Jambs And Ceiling. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 190 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 30, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0003 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0002 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0001 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
planned Award Year: 2025
contracting Office Zip Code: 96915
description:environmental Idiq Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response At Joint Region Marianas, Guam.
this Requirement Is For Environmental Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response For All Supported Component And Tenant Commands Under Joint Region Marianas. The Work (task Orders) Includes Operation Of A Conforming Storage Facility (csf); Management Of Less-than-90-day Storage Facilities; Management Of Satellite Accumulation Sites (sas) And Initial Accumulation Points (iap); Daily Management, Collection And Disposal Of Hazardous Material (hm), Hazardous Waste (hw), And Other Regulated Waste (orw) Such As But Not Restricted To Asbestos, Lead-based Paint, And Pcbs; Occasional Management, Disposal, And Collection Of Non-hw; Sampling, Testing, And Laboratory Analysis For Hazardous Waste, Regulated Waste, And Unknown Waste Determination; Oil And Hazardous Substance Spill Response, Cleanup, Sampling, Laboratory Analysis, And Disposal.
procurement Method: Far Part 15 Contracting By Negotiation Utilizing The Tradeoff Process In Accordance With Far 15.101-1.
contract Type: This Acquistion Is For One (1)combination Firm Fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Service Contract Comprised Of Recurring And Non-recurring Work Items.
contract Term:the Contract Term Will Be A Base Period Of 12 Months, With Four (4) 12-month Option Periods. The Total Term Of The Contract, Including Options, Will Not Exceed 60 Months. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Per Far Clause 52.217-8. Concurrently With The Award Of The Basic Contract, The Government Intends To Issue A Task Order To Obligate The Contract Minimum Guarantee For Clin 0001, Mobilization And Base Period Recurring Work. The Maximum Value Of The Contract Will Be The Total Value Of All The Contract Line Items In The Schedule.
this Contract Will Replace A Contract For Similar Services Awarded In Fy2020 For $9,311,231.46 (firm Fixed-price Portion) And $15,688,768.54 (indefinite Quantity Estimate/maximum Value Per Year). Information About The Current Contract And The Incumbent Contractor (e.g., Value Of Last Option Exercised, Firm Name, Address, Etc.) Is Included In Notice No. 1 General Info. Requests Under The Freedom Of Information Act Are Not Required For This Information.
solicitation Documents: Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities.” No Hard Copies Will Be Provided. Notifications Of Any Amendments To The Solicitation Will Be Made Available Https://www.sam.gov. It Is The Sole Responsibility Of The Offeror To Continually View The Websites For Any Amendments Issued To The Solicitation.
restricted To Small Business:the Proposed Contract Listed Here Is 100 Percent Small Business Set-aside. The Government Will Only Accept Offers From Small Business Concerns.
source Selection Procedures:the Solicitation Utilizes Source Selection Procedures Which Require Offerors To Submit A Technical Proposal, Past Performance And Experience Information, And A Price Proposal For Evaluation By The Government.
place Of Performance: The Place Of Performance For This Contract Is Naval Base Guam (nbg), Andersen Air Force Base (aafb) And Marine Corps Base Camp Blaz (mcbcb), Joint Region Marianas, Located In Guam.
sources Sought: A Sources Sought Notice (n4019225r5000) For This Procurement Was Posted On 15 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potential Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement For Small Business Concerns. The Navfac Marianas Business Office Concurs With This Decision.
written Pre-proposal Conference: In Lieu Of Pre-proposal Conference Meeting, Written Pre-proposal Conference Slides (attachment Jl-13) Relative To This Rfp Are Included In This Solicitation. Offerors Are Strongly Encouraged To Read The Presentation Slide And Provide Comments, Constructive Criticism, And Identification/notification Of Rfp Inconsistencies Using Attachment Jl-1 Of The Solicitation. Offerors Are Requested To Submit Completed Attachment Jl-1, At Least Five (5) Days Prior To The Site Visit To Ms. Jerica Santos Via Email At Jerica.a.santos.civ@us.navy.mil. All Questions Must Be In Writing. Responses To Submitted Questions And The Written Pre-proposal Conference Information Will Be Posted Via Solicitation Amendment.
site Visit:a One-time Site Visit Is Scheduled For Tuesday, 17 December 2024 At Multiple Locations On Naval Base Guam (nbg) And Andersen Air Force Base (aafb). For The Nbg Site Visit, Participants Must First Meet Promptly At The Nbg Visitor Control Center At 9:00 A.m. (chst). For The Aafb Site Visit, Participants Must First Meet Promptly At The Aafb Visitor Control Center At 2:00 P.m. (chst). At Both Meeting Locations, Participants Must Sign-in And Will Be Provided Maps To The Site Visit Locations. However, The Government Will Lead All Attendees By Motorcade Throughout The Site Visit.
all Attendees Are Required To Have Base Access To Enter Nbg And Aafb Sites. Due To Potential Lengthy Processing Times For Base Access, The Government Recommends Utilizing Contractor Participants Who Already Have Current Base Access To Nbg And Aafb Sites.it Is The Contractor’s Responsibility To Ensure That Attendees Have Base Access On This Date.
please Limit The Number Of Attendees To Two (2) Per Contractor.
attendees Must Wear Approriate Safety Gear (hard Hat, Reflective Vest And Steel Toe Shoes).
the Government Will Not Provide Answers To Verbal Questions Asked Before, During, Or After The Site Visit. Offerors Are Requested To Provide Any Questions That They May Have During The Site Visit In A Written Format Using Attachment Jl-1.
important Note: Government Remarks And Explanations Addressed During The Site Visit Shall Not Qualify Or Alter The Terms And Conditions Of The Solicitation. Only The Contracting Officer May Amend The Solicitation, Including The Performance Work Statement, And Will Do So In Writing
nbg Access
interested Attendees Requiring Base Access To Nbg Must Complete The Following:
1.secnav 5512 Form (attachment Jl-4)
2.one (1) Base Access Request Form (attachment Jl-5) Per Company And Obtain The Government Sponsor’s Signature (email Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil), And
3. Submit Hard Copies Of All Required Documents And Personal Identification To The Nbg Visitor Control Center Located Outside The Main Navy Base Front Gate In Santa Rita, Guam.
note: Interested Attendees That Are Foreign Nationals Must Also Complete A Foreign National Biometric Data Form (attachment Jl-6).
nbg Access Forms Must Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals Prior To Submitting Hard Copies To Nbg Visitor Control Center.
please Direct Any Nbg Base Access Questions And Concerns To The Nbg Visitor Control Center At (671) 339-1280.
aafb Access
interested Attendees Requiring Base Access To Aafb Must Complete The Following:
1. Base Access Form - Contractor Memorandum (fill-in Information In Red) (attachment Jl-7)
2.base Access Affidavit 2020 (completed For Each Visitor) (attachment Jl-8)
3.interstate Identification Index (iii) Log (attachment Jl-9)
-complete In Accordance With The “how To Fill Out The Iii Log” (attachment Jl-10)
4.either A U.s. Passport Or Real Id Act Driver’s License/id. See Base Access Entry Policy (attachment Jl-11).
5.foreign National Access Request Form (as Applicable To Include Required Supporting Documentation) (attachment Jl-12)
6.indicate If The Individual Has An Approved Dbids
the Completed Forms Shall Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals. Contractors Are Responsible For The Submission Of Signed Base Access Requests (bars) To The Visitor Control Center (vcc) Via Email At 36sfs.vcc@us.af.mil In Order To Obtain A Tracking Number.
on The Day Of The Site Visit, Contractors Who Do Not Have Dbids Shall Bring Their U.s. Passport Or Real Id Compliant Id, A Copy Of Their “base Access Affidavit” And “iii Log” And Tracking Number To The Vcc (northgate), Andersen Air Force Base For Pick-up Of Approved Base Pass. Please Allow Ample Time To Do So, As Long Lines May Cause Delays.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date, They May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After Closing Of Receipt Of Proposals. Offerors Are Cautioned To Carefully Read Instructions And Ensure Proposals Are Submitted In Accordance With The Solicitation, Section L.
Closing Date8 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Modification #1
the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses."
******
construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work.
total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent.
bonding/loc Will Be Required Unless Your Quote Is Under $35k.
period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
place Of Performance:
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov
see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award.
the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.
construction Purchase Order Clauses
(fixed-price)
updated Through Fac 2025-02 (jan 2025)
far 36.204 Disclosure Of The Magnitude Of Construction Projects
the Magnitude Is Between $25,000 And $100,000.
utilization Of Fedconnect® For Contract Administration
the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.
(end)
car 1352.215-72 Inquiries (apr 2010)
offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.
(end Of Clause)
far 52.236-27 Site Visit (construction) (feb 1995)
(a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed.
(b) Site Visits May Be Arranged During Normal Duty Hours By Contacting:
name: Mike Kent
email: Mike.kent@noaa.gov
phone: 805-889-0645
(end Of Provision)
a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.
car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010)
the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30.
the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important.
the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds.
the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability.
the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations:
technical Approach And Capability.
the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)
experience.
the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping.
past Performance.
quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work.
the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.
the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.
offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.
price.
the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.
period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
warranty In Writing For Parts And Labor.
(end Of Provision)
car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m.
(b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show–
(1) The Solicitation Number;
(2) The Name, Address, And Telephone Number Of The Offeror;
(3) Acknowledgment Of Solicitation Amendments;
(4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation.
(5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information).
(6) Price And Any Supporting Details For The Price, As Requested In The Solicitation.
(c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received.
(end Of Provision)
statement Of Work
parking Lot Sealcoat Treatment And Striping
background:
the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks.
general Intention:
to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol.
general Requirements:
the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria.
the Contractor Shall:
3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized.
3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications.
Total Asphalt Area For Each Site Is Listed Below.
pocatello, Id - 14,350 Ft2
las Vegas, Nv - 14,500 Ft2
3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor.
3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project.
3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt.
3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer.
3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement.
3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use.
attachments
pocatello Wfo Drawing
las Vegas Wfo Drawing
submittal Requirements:
the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule:
deliverable
objective
due
deliver To
specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
work Schedule, With Start And Completion Dates
coordinate Scheduling With Nws
within 3 Days Of Awarded Contract, Or Before Work Begins
cor
designation Of On-site, Job-site Supervisor And Contact Information
provide A Primary Point Of Contact (poc) To Nws
contract Award
cor
1-year Warranty Documentation
warranty Parts And Labor
upon Acceptance Of Work
contracting Officer (co)
sds (safety Data Sheet)
list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e
within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First
co/cor
location:
project Is To Be Completed On The Below Premises.
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
period Of Performance:
work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials.
definitions:
where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise.
where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise.
as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”.
regular Working Hours:
regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor.
observance Of Legal Holidays And Site Closure Information
the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract.
when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above.
in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor.
2025 Holiday Schedule
date
holiday
wednesday, January 01
new Year’s Day
monday, January 20
birthday Of Martin Luther King, Jr.
monday, January 20*
inauguration Day
monday, February 17**
washington’s Birthday
monday, May 26
memorial Day
thursday, June 19
juneteenth National Independence Day
friday, July 04
independence Day
monday, September 01
labor Day
monday, October 13
columbus Day
tuesday, November 11
veterans Day
thursday, November 27
thanksgiving Day
thursday, December 25
christmas Day
*this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965.
**this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law.
conduct Of Work
the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects.
safety Requirements:
all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately.
the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence.
provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30.
security Requirements:
all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States.
identification Of Contractor Vehicles:
each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair.
station Regulations:
the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor.
government-furnished Equipment, Utilities, And Facilities:
a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government.
cleanup:
the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site.
points Of Contact:
to Be Provided At Time Of Award.
invoicing:
upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award.
construction Order Certifications And Other Statements Of Offerors
(fixed-price)
***note: Offeror Must Complete And Return This Section With Quote.***
order/contract Number: 1305m325q0041
name Of Offeror: ____________________________________
asbestos-containing Materials Certification
the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created.
offeror Name: ________________________________________
certifying Official (vendor Signs)
signature:
printed Name:
title:
date:
authorized Negotiator(s)
the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer:
name
title
telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents
8641-8650 of 8811 archived Tenders