Paint Tenders
Paint Tenders
Municipality Of Alcantara, Cebu Tender
Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Standard Form Number: Sf-infr-05 Revised On: Invitation To Apply For Eligibility And To Bid The Municipality Of Alcantara, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Source Of Fund : Gen Fund 20% Df 2024 Continuing Appropriation Name Of Project : Completion Of Multi Purpose Building / Evacuation Center At Brgy Palanas Location : Barangay Palanas , Alcantara Cebu Brief Description : Supply Of Labor Materials And Equipment For The Completion Of Multi Purpose Building / Evacuation Center At Barangay Palanas Abc : Php 500,000.00 Contract Duration : 60 Calendar Days Prospective Bidders Should Have Experience In Undertaking Similar Project Within Last 2 Years With An Amount At Least 50% Of The Proposed Project For Bidding, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. Prospective Bidder Should Have A Good Standing In Terms Of Project Implementation , No Pending / Delays Project Implementation. The Bac Will Use Non Discretonary Pass/fall Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provissions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Submission Of Letters Of Intent And Application For Eligibility January 20, 2025 - February 5, 2025 2. Submission Of Eligibility Requirements January 20, 2025 - February 5, 2025 3. Issuance Of Bid Documents January 20, 2025 - February 5, 2025 4. Pre-bid Conference 5. Opening Of Bids February 5, 2025 2 Pm 6. Bid Evaluation February 6, 2025 7. Post Qualification February 10, 2025 8. Notice Of Award February 13, 2025 The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount That Shall Correspond To The Abc As Indicated In The Table From General Guidelines On The Sale Of Bidding Document And To Paid To The Municipal Treasurer Of Alcantara Cebu The Municipality Of Alcantara Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Dates Of Publication: Engr. Arturo M. Palencia Newspaper: Bac Chairperson Philgeps January 17, 2024 Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Program Of Works Name Of Project : Completion Of Multi Purpose Building/evacuation Center At Brgy Palanas Scope Of Works : Rehabilitation/improvement Of Elevated Flatform Mode Of Implementation : Straight Contract Location : Barangay Palanas , Alcantara Cebu Duration : 45 Calendar Days Source Of Fund : General Fund 20% Df 2024 Minimum Equipment Requirement : Service Truck, Power Tools , Hand Tools Approved Budget For The Contract : Php 500,000.00 Technical Personnel Requirement : Site Engineer, Foreman, Skilled Worker , Laborer # Item / Description Qty Unit Material Cost Labor Cost Equipment Cost "ocm 15% Of Dc" "profit 10% Of Dc" "vat 5% Of Dc+ocm+p" Total 1 General Requirements 1.1 Mobilization / Demobiization 1 Lot 2,500.00 1.2 Temporary Facilities 1 Lot 10,000.00 1.3 Safety Requirements 1 Lot 2,500.00 1.4 Billboard 1 Lot 2,421.88 2 Earthworks 14.60 Sq.m. 11,680.00 584.00 1,839.60 1,226.40 766.50 16,096.50 3 Ramp 12 Sq.m. 24,760.00 8,666.00 433.30 5,078.90 3,385.93 2,116.21 44,440.34 4 Formworks And Scaffoldings 1 Lot 21,240.00 7,434.00 371.70 4,356.86 2,904.57 1,815.36 38,122.49 5 Carpentry Works ( Ceiling + Overhang Ceiling + Wall ) 110 Sq.m. 46,550.00 16,292.50 814.63 9,548.57 6,365.71 3,978.57 83,549.98 6 Electrical Works 1 Lot 38,750.00 13,562.50 678.13 7,948.59 5,299.06 3,311.91 69,550.19 7 Painting Works 150 Lot 52,360.00 18,326.00 916.30 10,740.35 7,160.23 4,475.14 93,978.02 8 Signage And Logo 1 Lot 80,000.00 4,000.00 12,600.00 8,400.00 5,250.00 110,250.00 9 Plastering Works 10 Sq.m. 2,800.00 1,260.00 63.00 618.45 412.30 257.69 5,411.44 10 Metal Works 6 Sq.m. 11,800.00 4,130.00 206.50 2,420.48 1,613.65 1,008.53 21,179.16 Total Estimated Project Cost 278,260.00 81,351.00 8,067.56 55,151.80 36,767.85 22,979.91 500,000.00 Prepared By : Ok As To Appropriation : Fund Availability : Approved By : Engr. Arturo M. Palencia Karen B. Lisondra Edison Incipido Atty, Fritz A. Lastimoso Municipal Engineer Municipal Budget Officer Munciipal Treasurer Municipal Mayor
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Department Of Environment And Natural Resources - DENR Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Please Refer To The Attach Activities And Agreement Under Itb. Invitation To Bid For The Construction Of Small Water Impounding System (swis) Of Cenro Cantilan At Brgy. Bayogo, Madrid, Surigao Del Sur. 1. The Denr-r13, Penro-tandag City, Surigao Del Sur, Through The [mooe 2025 And Year] Intends To Apply The Sum Of One Million Nine Hundred Five Thousand Pesos (php1,905,000.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Denr-r13, Penro-tandag City, Surigao Del Sur Now Invites Bids For Procurement The Construction Of Small Water Impounding System (swis) Of Cenro Cantilan, Surigao Del Sur. Described Hereunder: Item No. Item Description Qty. Unit Approved Budget For The Contract (abc) Part I Other General Requirements Permits And Clearance Project Billboard/signboard Occupational Safety And Health Program Mobilization/demobilization 1.00 2.00 1.00 1.00 L.s Each L.s L.s Php 1,905,000.00 Part Ii Part A Part B Part C Civil And Plumbing Works Earthwork Clearing And Grubbing Structure Excavation ( Common Soil) Excavation And Backfill For Pipeline Installation Embankment From Structure Excavation Gravel Bedding Plain And Reinforced Concrete Work Structural Concrete (reservoir) Class A. 28 Days Structural Concrete ( Water Source), Class A, 28 Days Reinforcing Steel ( Deformed, Grade 40 Formworks And Falseworks Finishing And Other Civil Works 2 1/2’’ø Hdpe Pipe ( Pe80, Sdr 13.6) Laying And Assembly 2’’ø Hdpe Pipe ( Pe80, Sdr 13.6) Laying And Assembly G.i. Pipe Laying And Assembly Pipe Fittings Assembly Painting & Water Proofing Steal Works Roofing Works 1.00 23.29 54.21 3.59 10.87 18.00 1.67 1,461.48 161.81 840.00 1,740.00 1.00 1.00 40.11 1.00 1.00 L.s Cu.m Cu.m Cu.m Cu.m Cu.m Cu.m Kgs Sq.m. Ln.m Ln.m L.s L.s Sq.m L.s L.s Delivery Of Service Is Required To Be Completed One Hundred Twenty (120) Calendar Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Denr-r13, Penro-tandag, Surigao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m., Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc. 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. 6. The Denr-r13, Penro-tandag, Surigao Del Sur Will Hold A Pre-bid Conference On February 5, 2025 9:30 A.m. At Penro-tandag, Surigao Del Sur, Penro Conference, 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 18, 2025 At 2:00 2.m. Bidders Are Requested To Submit One (1) Original And Three (3) Copies Of Their Bids. Bidders Are Likewise Requested To Bring The Originals Of The Documents Submitted And Present The Same For Comparison During The Bid Opening. Bid Opening Shall Be On February 18, 2025, 2:00 P.m. At Penro-tandag,surigao Del Sur, Penro Conference. 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. 8. The Denr-r13, Penro-tandag, Surigao Del Sur 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. 9. For Further Information, Please Refer To: Annavic Joy C. Lao Procurement Officer Denr Penro Tandag City Surigao Del Sur (086) 211-3545/09173078372 Penrosdsgss@gmail.com 10. You May Visit The Following Website For Downloading Of Bidding Documents: Website: Https://penrosurigaodelsur.com Ruel O. Ladaga Chief Management Services Division Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.5 K)
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: *** Amendment 1, Extension Of Solicitation ***
*provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening!
this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025.
**please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued**
a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses.
contract Price.
b. Price Schedule
b.1 Base Period Of Performance:
total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter.
from: 01/xx/2025 To: 01/xx/2026
base Period, Contract Price: $tbd
line Item Number
item Description
qty
unit
unit
price
total Extended Price
0001
resurface Utqg Standards Traction Asphalt Test Surface
1
lot
-
$tbd
total Contract Firm Fixed-price
$tbd
statement Of Work (sow)
c. Description/specifications/ Statement Of Work
c.1 Background
the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing.
the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width.
c.2 Contract Objectives
the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104.
this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines.
the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx).
the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing.
all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb.
c.3 General Requirements
phase One (1) Test Stripe Surface Application
the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor).
the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor.
the Contractor Shall Be Responsible For The Following:
c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/
the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting.
c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project.
c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project.
c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor.
c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At:
4368 S Chadbourne St.
san Angelo, Tx
76905
note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base.
c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition.
c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities.
c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters.
c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof.
c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days.
c.4 Test Surface Specific Requirements
c.4.1 Kick-off Meeting
within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions.
c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving.
c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant.
c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip.
the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf.
the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability.
2) The Government Will Discuss The Results Of The Testing With The Contractor.
if An Additional Test Strip Is Required; The Following Procedure Will Be Followed:
the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface.
once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below.
phase Two (2) Full Asphalt Test Surface Application
c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire.
c.4.6 Additional Construction Requirements
a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier.
b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed.
c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data.
d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface.
e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays.
f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting.
c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide:
a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface.
b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area.
c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface.
c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe.
c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed.
c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface.
c.5 Proprietary Or Confidential Information
consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause.
delivery Date, Acceptance (f.o.b. Destination)
date Of Delivery
the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd)
place Of Delivery
department Of Transportation
national Highway Traffic Safety Administration
office Of Vehicle Safety (nef-220)
131 Comanche Trail Building 3527
goodfellow Afb, Texas 76908
contracting Officer’s Representative (cor) – Tbd
alternate Contracting Officer’s Representative (acor) – Tbd
inspection:
inspection And Acceptance
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Solicitation Incorporates One Or More Clauses By Reference, With The Same Force And
effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make
their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At
this/these Address(es): Www.acquisition.gov/far
note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference.
applicable
“x”
far Clause Number
far Clause Title
(thru Fac 2005-99)
x
52.246-4
inspection Of Services—fixed-price (aug 1996)
inspection And/or Acceptance
the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements.
rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are:
incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area.
inadequate Description Of Methodology
insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions.
poorly Conceived Graphs, Charts, And Displays.
incorrect Spelling And Grammar
agency Personnel Responsible For Inspection
the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
milestones And Deliverables:
deliverables/milestones
the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project.
item No.
section
deliverable (d) /milestone (m)
estimated Timeline
1
c.4.1
(phase 1)
kickoff Meeting (m)
within Two (2) Weeks After Contract Award (aca)
2
c.3.1
contractor Submits Personnel List With Required Information For Base Security Checks (d)
within One (1) Month Of Item 1
3
c.3.1
personnel List Is Approved (m)
typically 2-4 Weeks From Item 2 Completion
4
c.4.4
contractor And Cor Determine Test Strip Start Date (m)
tbd
5
c.4.4
contractor Places Test Strip (d)
tbd
6
c.4.4.a.1
satf Completes Evaluation Of Test Strip (m)
within 2 Months Of Item 5 Completion
7
c.4.4.a.2
satf Discusses Test Strip Results With Contractor (m)
within 1 Week Of Item 6 Completion
8
c.4.4.b.1
(retest; If Required)
contractor Places Additional Test Strip (d)
if Applicable
9
c.4.4.a.1
(retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m)
within 2 Months Of Item 8 Completion
10
c.4.4.b.2
satf Approves Mix Design (m)
within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria
11
c.4.5
(phase 2 Begins) Upon Approval
contractor Places Full Test Surface (d)
tbd
12
c.4.8
contractor Paints Test Surface (d)
tbd
13
c.4.9
satf Accepts Final Test Surface (m)
within Two (2) Months Of Item 12 Completion
14
c.4.10
contractor Provides Satf With All Qa/qc Data And Final Mix Design (d)
within Three (3) Weeks Of Item 13 Completion
payment Schedule:
Contract Payment Schedule
the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract.
payment Schedule
task #
task Order Payment Schedule Milestones
percentage Of Total Price
c.4.1
kickoff Meeting
1%
c.4.4.b.2
test Strip Meets Skid Coefficient Requirements
20%
c.4.7
full Asphalt Test Surface
45%
c.4.7 & C.4.8
non-test Surface & Painting
24%
c.4.10
qa/qc Data And Final Mix Design
10%
100%
total Firm Fixed-price Amount
$tbd
far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation.
Additional Clauses Incorporated By Reference (feb 1998)
Far Clauses Incorporated By Reference
this Solicitation And Any Resulting Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far
fac Number: 2025-01
effective Date: 11-12-2024
52.202-1 Definitions (jun 2020)
52.203-3 Gratuities (apr 1984)
52.203-5 Covenant Against Contingent Fees (may 2014)
52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020)
52.203-7 Anti-kickback Procedures (jun 2020)
52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014)
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014)
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011)
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52-209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021)
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018)
52.213-1 Fast Payment Procedure (may 2006)
52.215-2 Audit And Records-negotiation (jun 2020)
52.215-8 Order Of Precedence-uniform Contract Format (oct 1997)
52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-14 Integrity Of Unit Prices (nov 2021)
52.215-23 Limitations On Pass-through Charges (jun 2020)
52.216-7 Allowable Cost And Payment (aug 2018)
52.222-2 Payment For Overtime Premiums (july 1990)
52.222-3 Convict Labor (jun 2003)
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sept 2016)
52.222-35 Equal Opportunity For Veterans (jun 2020)
52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-37 Employment Reports On Veterans (jun 2020)
52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016)
52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
52.222-50 Combating Trafficking In Persons (nov 2021)
52.222-54 Employment Eligibility Verification (may 2022)
52.223-6 Drug-free Workplace (may 2001)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
52.225-1 Buy American-supplies (oct 2022)
52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.227-1 Authorization And Consent (jun 2020)
52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020)
52.227-3 Patent Indemnity (apr 1984)
52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007)
52.227-16 Additional Data Requirements (june 1987)
52.227-17 Rights In Date-special Works (dec 2007)
52.228-7 Insurance-liability To Third Persons (mar 1996)
52.230-2 Cost Accounting Standards (jun 2020)
52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020)
52.230-6 Administration Of Cost Accounting Standards (june 2010)
52.232-17 Interest (may 2014)
52.232-20 Limitation Of Cost (apr 1984)
52.232-22 Limitation Of Funds (apr 1984)
52.232-23 Assignment Of Claims (may 2014)
52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002)
52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018)
52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.233-1 Disputes (may 2014) Alternate I (dec 1991)
52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
52.237-3 Continuity Of Services (jan 1991)
52.242-1 Notice Of Intent To Disallow Costs (apr 1984)
52.242-3 Penalties For Unallowable Costs (dec 2022)
52.242-4 Certification Of Final Indirect Costs (jan 1997)
52.242-13 Bankruptcy (july 1995)
52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984)
52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020)
52.244-5 Competition In Subcontracting (aug 2024)
52.245-1 Government Property (sep 2021) Alternate I (apr 2012)
52.245-2 Government Property Installation Operation Services (apr 2012)
52.245-9 Use And Charges (apr 2012)
52.246-1 Contractor Inspection Requirements (apr 1984)
52.246-25 Limitation Of Liability-services (feb 1997)
52.247-29 F.o.b. Origin (feb 2006)
52.247-34 F.o.b. Destination (jan 1991)
52.249-6 Termination (cost-reimbursement) (may 2004)
52.249-14 Excusable Delays (apr 1984)
52.251-1 Government Supply Sources (apr 2012)
52.253-1 Computer Generated Forms (jan 1991)
Federal Acquisition Regulation (far) Clauses Provided In Full Text
this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text:
Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023)
(a) Definitions. As Used In This Clause—
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)—
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use—
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause)
far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01)
(a) Definition. As Used In This Clause -
united States Or Its Outlying Areas Means—
(1) The Fifty States;
(2) The District Of Columbia;
(3) The Commonwealths Of Puerto Rico And The Northern Mariana Islands;
(4) The Territories Of American Samoa, Guam, And The United States Virgin Islands; And
(5) The Minor Outlying Islands Of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, And Wake Atoll.
(b) Authority. This Clause Implements Executive Order 14042, Ensuring Adequate Covid Safety Protocols For Federal Contractors, Dated September 9, 2021 (published In The Federal Register On September 14, 2021, 86 Fr 50985).
(c) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/.
(d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas.
(end Of Clause)
the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, Where The Place Of Performance Identified In The Contract Is In A U.s. State Or Outlying Area Subject To A Court Order Prohibiting The Application Of Requirements Pursuant To The Executive Order (hereinafter, “excluded State Or Outlying Area”). In All Other Circumstances, The Government Will Enforce The Clause, Except For Contractor Employees Who Perform Substantial Work On Or In Connection With A Covered Contract In An Excluded State Or Outlying Area, Or In A Covered Contractor Workplace Located In An Excluded State Or Outlying Area. A Current List Of Such Excluded States And Outlying Areas Is Maintained At Https://www.saferfederalworkforce.gov/contractors/.
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference
this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available.
1252.237-70 Qualifications Of Contractor Employees (nov 2022)
1252.237-72 Prohibition On Advertising (nov 2022)
1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022)
1252.239-71 Information Technology Security Plan And Accreditation (nov 2022)
1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022)
1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022)
1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting
(nov 2022)
1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022)
1252.239-91 Records Management (nov 2022)
1252.239-92 Information And Communication Technology Accessibility Notice
(nov 2022)
1252.239-93 Information And Communication Technology Accessibility (nov 2022)
1252.242-71 Contractor Testimony (nov 2022)
1252.242-72 Dissemination Of Information (nov 2022)
1252.242-74 Contract Audit Support (nov 2022)
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text
tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022)
in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts.
(end Of Clause)
far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021)
Section L - Notice To Offerors
1) The Government Intends To Award A Firm Fixed-price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
evaluation Factors Listed In Descending Order Of Importance:
factor 1 Technical Approach And Project Planning
factor 2 Corporate Experience And Past Performance
factor 3 Personnel Qualifications
factor 4 Price
evaluation Factors 1-3, When Combined, Are More Important Than Price.
2) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
l.1- Technical Approach And Project Planning
the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project.
additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved.
offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation.
l.2- Corporate Experience And Past Performance
the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide:
customer Name
customer Contact Information
description Of The Project Requirements
contract Timeline And Schedule Variance
total Contract Value.
contract Number (if Federal Government Entity)
the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions.
l.3- Personnel Qualifications
the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work:
asphalt Mix Design;
construction Of Traction Test Surfaces In General;
utqg Traction Test Surfaces Specifically; And
construction On Gafb Or Experience With Work On Military Bases.
l.4- Price/cost Proposal
the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work.
**note**
a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer.
Section M - Evlaution Factors For Award
m.1 Technical Approach And Project Planning (see L.1 For Instructions)
offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding:
meeting The Required Traction Coefficient Target;
meeting The Test Surface Durability Requirements;
constructing The Surface To Meet The Ride And Smoothness Requirements;
executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And
plan And Execute The Project Schedule.
m.2 Corporate Experience And Past Performance (see L.2 For Instructions)
offerors Will Be Evaluated To Determine:
the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity.
the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables.
the Ability Offeror To Complete Work On An Us Air Force Base.
in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered.
m.3 Personnel Qualifications (see L.3 For Instructions)
offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project.
m.4 Cost Evaluation Calculation
the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services.
for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs.
m.4.1 Price Realism
offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal.
m.4.2 Price Reasonableness
reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items.
far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference)
far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference)
special Contract Clauses And Provisions
the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible:
contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks.
(xiv) Defense Priorities And Allocations System (dpas)
not Applicable
(xv) Date, Time And Place Offers Are Due:
all Proposals Are Due On 4:00p.m. Est, January 13, 2025.
submit Proposals By Email To:
nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov
the Subject Line Must Reference Rfp Number 693jj925r000012
attention: Thomas J. Bub
(xvi) Additional Information:
an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below)
pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document)
following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov.
all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0123 - Construction (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii/25ei0123. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0123 Locations : Bulalacao, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building ( Covered Court)(16 M X 30 M) At Brgy. Cabugao, Bulalacao, Phase Ii. This Includes Construction Of 2-layered Concrete Bleachers (30.1 M) At Front Side With Roofing, Installation Of End Wall Cover At Left And Right Side, Construction Of Sitwalls At Rear And Left Side, Installation Of Steel Matting Fence At All Sides, Plastering, Masonry And Steel Painting, Installation Of Basketball Goal Post And Electrical Works Including Installation Of High-bay Lights And Scoreboard. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 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 Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro 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_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Misamis Occidental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Municipal Government Of Concepcion Bids And Awards Committee Invitation To Bid For: Construction Of Upper Salimpuno Mpb Phase-ii 1. The Municipal Government Of Concepcion, Through 20% Mdf Fy 2023 Intends To Apply The Sum Of P 999,985.08 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-01-04-infra-construction Of Upper Salimpuno Mpb Phase-ii. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Concepcion Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 90 Days After Receipt Of The Notice To Proceed. 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 Municipal Government Of Concepcion And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Before Dropping The Sealed Envelopes. 6. The Municipal Government Of Concepcion Will Hold A Pre-bid Conference On N-a Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 5, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 5, 2025 At 10:15 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Representatives Must Be Duly Authorized Thru A Special Power Of Attorney (spa). Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (m) Cash Flow By Quarter. Program To Bid: Project Billboard And Precautionary Signs 1 Unit Structural Steel Works 1 Lot Roofing Works 1 Lot Painting Works 259.20 Sq.m. Plumbing Works 1 Lot Tile Works 481.28 Sq.m. Forms/scaffoldings 1 Lot 10. The Municipal Government Of Concepcion Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mr. Joen R. Pacoy Chairman, Bids And Awards Committee Municipal Building, Poblacion Concepcion, Misamis Occidental Cp No. 0930-500-0150 (sgd) Mr. Joen R. Pacoy Chairman, Bids And Awards Committee
Closing Date5 Feb 2025
Tender AmountPHP 999.9 K (USD 17.1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Machinery and Tools
United States
Details: North Western Division (nwd) Crane Matoc
industry Day And One-on-one Sessions Announcement
registration And General Information
usace Walla Walla District Is Developing An Acquisition Tool That’s Specific To Crane, Hoist And Lifting Devices Construction, Rehabilitation, And Replacement Throughout The Various Operation Project Sites Within Nwd’s Area Of Responsibility. This Acquisition Plan Is For Award Of One Unrestricted, $499m Matoc With A Three (3) Year Base Period And A Two (2) Year Option Period, Which Will Allow Northwestern Division To Strategically Award Efficient And Effective Task Order Contracts For The Work Listed. Acquisitions Will Be Firm Fixed Price (ffp) With Supply Elements Per Far 36.101. This Matoc Is Projected To Have A Target Of Five (5) Awardees.
the Northwestern Division Currently Has An Idiq In Place Specific To Cranes For The Operations Projects, The Capacity Of Which Has Been Mostly Used. Please See The Following Pages For A List Of Questions And Desired Information The Government Would Like To Learn About Your Firm In Regard To This Project. This Information Is Intended To Provide You Awareness Of What The Government Would Like To Learn But You Are Encouraged To Share More If You Believe It Will Help The Government In Developing The Solicitation Package.
the Government Will Provide A Virtual Briefing To Share Information About The Project And To Provide Information About Project Labor Agreements. The Virtual Briefing Will Begin At 9:00 Am Pst On Tuesday February 11, 2025, Followed By An Open Forum Question And Answer Session. Following This Briefing, One-on-one Sessions Will Be Conducted Virtually. Each Company Will Be Allotted One (1) Hour For The One-on-one Session. Please Limit The Number Of Company Representatives To No More Than Three (3) Attendees To Facilitate Effective One-on-one Dialogue. The Purpose Of The One-on-one Session Is To Answer Questions And Allow The Government To Obtain Specific Feedback From Your Company’s Representative. Marketing/capability Briefings Are Not Authorized During The One-on-one Session.
the Multi-functional Team Within The Walla Walla District Will Be Conducting One-on-one Sessions February 11 & 12, 2025, In Order To Share Information On The Government’s Requirements And Preliminary Acquisition Strategy, As Well As To Obtain Industry Feedback.
for Our Planning Purposes, You Are Requested To Provide The Following Information If You Are Interested In Participating In The Open Forum And/or The One-on-one Session:
name Of Company
name Of Each Individual Attending, His Or Her Contact Number And E-mail Addresses
specify If Attending Open Forum And/or Requesting A One-on-one Session
please Provide The Above Information To Chandra.d.crow@usace.army.mil And Cynthia.h.jacobsen@usace.army.mil No Later Than Tuesday February 4, 2025. Please Include The Title, “company Name – Nwd Crane Matoc Industry Day Attendees” In The Email Subject Line. You Will Be Notified Of Your Scheduled One-on-one Session No Later Than (nlt) February 7, 2025.
if You Have Questions You Would Like To Submit In Advance, Please Provide Them To The Above E-mail Addresses No Later Than Thursday February 6, 2025. If You Consider The Questions Proprietary, Please Clearly Mark Them As Such.
summary Scope Of Work
the General Scope Of Work Will Be For The Replacement Of Various Types Of Crane And Hoist Equipment At Federal Facilities. Project Locations Are Within The States Of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, And Wyoming. The Equipment May Include But Is Not Limited To The Following:
overhead Bridge Cranes (typical Capacity May Range From 15 Tons To 600 Tons)
gantry Cranes (typical Capacity May Range From 15 Tons To 480 Tons)
underhung Monorail Cranes (typical Capacity May Range From 5 Tons To 15 Tons)
derrick Cranes (typical Capacity May Range From 10 Tons To 200 Tons)
pedestal Cranes (typical Capacity May Range From 10 Tons To 200 Tons)
fixed Base Hoists (typical Capacity May Range From 10 Tons To 400 Tons)
individual Task Orders Contemplated For This Work May Be Issued As Either Design-build (db) Or Design-bid-build (dbb).
the Scope Of Work May Include Incidental Services Such As Hazardous Material Removal, Painting, Final Inspections And Testing Services, And Classification/marking Of Final Product And Lifting Beam Evaluation, Repairs, Load Rating, And Load Testing. Magnitude Of Construction For The Anticipated Task Orders May Range From:
between $1,000,000 And $5,000,000
between $5,000,000 And $10,000,000
between 10,000,000 And $25,000,000
between $25,000,000 And $100,000,000
all Work Must Be Performed Within Usace Guidance And In Accordance With Local, State And Federal Requirements.
general Questions:
what Contractual Risks Do You Feel Exist With This Acquisition?
what Concern Is There Related To Having Both Rehabilitation And New Crane Design With Installation In The Scope Of This Matoc? New Is Defined As A Complete Replacement Of An Existing Crane With Possible Changes To Its Ratings.
is There Concern Regarding Capacity To Serve The Entire Northwestern Division Area Of Responsibility?
what Do You Consider The Most Critical Criteria That Would Address Risk Within The Contract?
due To The Complexity Of This Requirement, What Would You Consider A Reasonable Amount Of Time To Submit An Offer On Phase 1 Solicitation?
due To The Complexity Of This Requirement, What Would You Consider A Reasonable Amount Of Time To Submit An Offer On Phase 2 Solicitation?
the Government Is Considering A Task Order Limit Of $50 Million. Are There Any Concerns About This Limit? If So, What Limit Do You Consider Achievable Based On Workloads/bonding Levels?
what Concerns Might You Have With Multiple, Multi-million-dollar Task Orders Being Issued During Certain Timeframes? What Timeframes Between Task Orders Would Be Considered Achievable Based On Workloads/bonding Levels?
Closing Date4 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0113 - Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii/25ei0113. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0113 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Masaguisi, Phase Ii. This Includes Installation Of Floor Tiles With Waterproofing (built-up And Preformed Membrane) At Roof Deck, Drop Ceilings On Ground And Second Floor, Indoor Wall Cladding, Polystyrene Baseboards, Outdoor Cladding At Front And Right Elevations, Decorative Stone At Roof Deck, And Stainless Signages On Exterior Front Wall. Also Includes Painting Of Roof Deck Columns, Ceilings, Steel Railings, And Fabrication/installation Of New Steel Railings At Roof Deck, And Flat Form At Session Hall. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 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 Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro 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_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0122 - Construction (completion) Of Multi-purpose Building At Barangay Lisap, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Lisap, Bongabong, Oriental Mindoro, Phase Ii/25ei0122. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Lisap, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0122 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of 1-unit Multti-purpose Building. This Includes Additional Concrete Works (moulding Of Windows & Kitchen Countertop), Paintings, Ceiling Works, Tile Works, Septic Tank, Cistern, Water Pumping System, Electrical & Mechanical Works. Installation Of Stainless Steel Signages, Decorative Stone, Railing, Fire Escape Ladder, Plumbing Fixtures, Windows, Kitchen Cabinet, Downspout, Catch Basin, Sewer Lines, Cold Water Lines, And Replacement Of Gutter Are Also Included. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 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 Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro 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_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0126 - Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii/25ei0126. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii Contract Id : 25ei0126 Location : Roxas, Oriental Mindoro Scope Of Works : The Scope Of Works Includes The Construction Of Bleachers On The Both Sides Of The Covered Court, With The Right Side Having 3 Layers And The Left Side 5 Layers Both 30 Meters Long. This Also Includes Excavation Works, Reinforced Concrete For Column Footing, And Slabs, As Well As Finishing Works Such As Chb Laying, Plastering And Wall Painting. Additionally, It Covers The Fabrication And Installation Of Rafters, Struts, Purlins, Frames, Roofing And Installation Of Basketballboard And Ring. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03, 2025 – January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 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 Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro 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_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0129 - Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro/25ei0129. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro Contract Id : 25ei0129 Location : Bulalacao, Oriental Mindoro Scope Of Works : Construction Of A - 1 Unit Multi-purpose Building (day Care Center) Measuring 9.80m X 8.20m, Which Includes Excavation, Embankment, Reinforced Concrete For Column Footings, Column, Footing Tie Beams, Slab, Beams, And Suspended Slab The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, Plumbing Works, And Downpouts. Also Includes Painting Works, Tileworks Of Cr, Electrical Works, Ceiling Works, Blackboard, And Other Finishing Works To Complete The Project. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 135 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03, 2025 – January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 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 Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro 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_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
8671-8680 of 8814 archived Tenders