Paint Tenders
Paint Tenders
Department Of Agriculture Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 237 K (USD 4 K)
Details: Description [svp-01- Oap- 2025] Request To Submit Proposal For Supply And Delivery Of Lot 1- One (1) Unit Heavy Duty Digital Weighing Scale, Lot 2- Thirty Seven (37) Units Digital Egg Scale And Lot 3- Sixteen (16) Units Digital Weighing Scale Under Oap 2025 With An Approved Budget For The Contract Amounting To Two Hundred Thirty Seven Thousand Pesos (₱237,000.00) Pursuant To Alternative Method Of Procurement Specifically Negotiated Procurement-small Value Procurement Under Section 53.9 Under Ra 9184 And Its Revised Irr. The Department Of Agriculture Regional Field Office No. 5 (da Rfo 5), San Agustin, Pili, Camarines Sur Is Inviting Interested Suppliers To Submit Complete Bid Quotation For The Ff: Qty. Unit Particular Unit Price Total Abc 1 Unit Lot 1- Heavy Duty Digital Weighing Scale 70,000.00 ₱ 70,000.00 Specifications: Heavy Duty Digital Weighing Scale Primemover Ac/dc Power Supply With Built-in Rechargeable Battery Voltage: 220-240v Single Phase Design And Performance Capacity: 500kgs, Max Materials: Painted Solid Steel Platform Type High Precision A/d Conversion With Readability 1/30000 Led Display High-low Limits Alarm Function Stainless Steel Watch Head Anti Freeze And Anti Shake Function Attachments/ Accessories With Set Of Standard Tools Requirements: 1. Must Have A Service Center, Within The Region Conforming To Paes 192-2016 2. With Da Logo Attached 3. With System Operation And Maintenance Manual For Both Operator And Da-raed 4. With Product Demonstration And Operations & Maintenance Training 37 Units Lot 2- Digital Egg Scale 3,000.00 ₱111,000.00 Specifications: Digital Weighing Scale Primemover Voltage: 220-240v Single Phase Design And Performance 10-30kg Capacity Stainless Steel Pan Lcd Display 1/150,000 Resolution, One Touch Digital Tare Subtraction, Zero Recall Function Display: Weight, Unit Price And Amount Overload And Low Voltage Indication Ac/ Dc Charging With Built-in Rechargeable Battery Automatic Energy Saving Mode Framework Structure With Pressure-limit Protection Requirements: 1. Must Have A Service Center, Within The Region Conforming To Paes 192-2016 2. With Da Logo Attached 3. With System Operation And Maintenance Manual For Both Operator And Da-raed 4. With Product Demonstration And Operations & Maintenance Training Note: Cam. Sur- 1 Unit Cam. Norte- 9 Units Sorsogon- 9 Units Masbate- 9 Units Albay- 9 Units 16 Units Lot 3- Digital Weighing Scale 3,500.00 ₱56,000.00 Digital Weighing Scale Primemover Voltage: 220-240v Single Phase Design And Performance 10-30kg Capacity Stainless Steel Pan Lcd Display 1/150,000 Resolution, One Touch Digital Tare Subtraction, Zero Recall Function Display: Weight, Unit Price And Amount Overload And Low Voltage Indication Ac/ Dc Charging With Built-in Rechargeable Battery Automatic Energy Saving Mode Framework Structure With Pressure-limit Protection Requirements: 1. Must Have A Service Center, Within The Region Conforming To Paes 192-2016 2. With Da Logo Attached 3. With System Operation And Maintenance Manual For Both Operator And Da-raed 4. With Product Demonstration And Operations & Maintenance Training Note: Cam. Sur- 2 Units Cam. Norte- 3 Units Sorsogon- 3 Units Masbate- 3 Units Albay- 3 Units Catanduanes- 2 Units Total ₱237,000.00 The Agency Intends To Apply The Amount Of Two Hundred Thirty Seven Thousand Pesos (₱237,000.00) As The Approved Budget For The Contract. As Per Approved Purchase Request And Considering The Nature Of Requisition Being Not More Than One Million Pesos (php1,000,000.00) And In Order To Fast-track The Implementation Of The Program, This Procurement Is Facilitated Thru Negotiated Procurement-small Value Procurement Under Section 53.9 Of Ra 9184 And Its Revised Irr. As Such : Grjc Agri Industrial Machineries, Zone 3, San Agustin, Pili, Camarines Sur, Aims Agri Ventures, Inc., Cbs Bldg., Diversion Road, Tabuco, Naga City, Acpf Agricultural Machinery Trading, San Juan, Libmanan, Camarines Sur, And All Interested Bidders Are Hereby Requested To Submit The Following Documents: 1. Mayors Permit (updated Or Proof Of Renewal) 2. Dti/sec/cda Registration 3. Philgeps Registration 4. Bir Registration 5. Omnibus Sworn Statement The Bidders Are Required To Pay Php500.00 For Bid Documents To The Cashier’s Office, Da Rfo-5, Pili, Camarines Sur. All Submitted Documents Must Be In Duplicate And Marked With Index/ear Tabs Or Side-end Tabs To Identify The Page Components, Otherwise, Bids Will Be Automatically Rejected On The Ground Of Non-compliance With The Prescribed Bid Requirements. Sealed Bid Must Be Received By Bac Secretariat, Da Rfo 5 Not Later Than 9:00am Of 31 January 2025 At. Operations Building, Da Rfo-5, Pili, Camarines Sur. Opening Of Proposal Will Be On The Same Date And Time. Let This Invitation Be Posted Pursuant To Ra 9184 And Its Irr. For More Information Please Email At Bacrfo5@gmail.com. Da-bac Secretariat Office. 22 January 2025, San Agustin, Pili, Camarines Sur. Lorenzo L. Alvina Oic, Rtd For Research And Regulations Chairperson, Bids And Awards Committee
Department Of Public Works And Highways Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0043 – Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Palma, Kibawe, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Palma, Kibawe, Bukidnon Contract Id # : 25kb0043 Locations : Kibawe, Bukidnon Scope Of Works : Complete Construction Of Warehouse With Main Floor Area Of 20m X 8.0m, Corridor (20.45 X 1.9 M) Including Installation Of Fascia Boards, Complete Plaster Finish And Painting On All Steel Materials And Electrical Works. Construction Of 48.0 X 48.0m Reinforced Concrete Solar Drier (class B, 100mm Thk) With Plain Floor Finish. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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. 4. .interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 03, 2025, Until 8:30 Am 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 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 03, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 03, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 13, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0040 – Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Kapalaran, Dangcagan, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Kapalaran, Dangcagan, Bukidnon Contract Id # : 25kb0040 Locations : Dangcagan, Bukidnon Scope Of Works : Complete Construction Of Warehouse With Main Floor Area Of 20m X 8.0m, Corridor (20.45 X 1.9m) Including Installation Of Fascia Boards, Complete Plaster Finish And Painting On All Steel Materials And Electrical Works. Construction Of 48.0 X 48.0m Reinforced Concrete Solar Drier (class B, 100mm Thk) With Plain Floor Finish. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 03, 2025, Until 8:30 Am 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 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 03, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 03, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 13, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0041 – Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Macarthur, Dangcagan, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Macarthur, Dangcagan, Bukidnon Contract Id # : 25kb0041 Locations : Dangcagan, Bukidnon Scope Of Works : Complete Construction Of Warehouse With Main Floor Area Of 20m X 8.0m, Corridor (20.45 X 1.9 M) Including Installation Of Fascia Boards, Complete Plaster Finish And Painting On All Steel Materials And Electrical Works. Construction Of 48.0 X 48.0m Reinforced Concrete Solar Drier (class B, 100mm Thk) With Plain Floor Finish. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 03, 2025, Until 8:30 Am 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 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 03, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 03, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 13, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package this Is A Sources Sought Notice For Market Research Only. no Award Will Be Made From This Sources Sought Notice. this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice. jefferson Barracks National Cemetery,
sylvan Springs, Phase 1a Expansion project Scope the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation. project Description:
the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri. the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827. this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds. this Project Will Provide For The Following Elements And Features: base Bid General Construction: the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed. work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished. replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003. interment Areas: casketed Remains: a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites
b) Approximately 2,100 Traditional Casket Gravesites cremated Remains: a) Approximately 10,900 In-ground Cremation
b) Approximately 5,000 Columbarium Niches base Bid Furnish Pre-placed Crypts: procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts. additive Items Subject To Budget Adequacy: additive #1 Maintenance Yard: install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation. additive #2 Storage Building: install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing. additive #3 Satellite Maintenance Building: install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building. additive #4 Demolish/replace Committal Shelter #4: demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage. --- End Of Project Scope --- project Labor Agreement (pla): a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
yes/no comments:
--- End Of Pla Questionnaire --- contractor Capability Statement Package:
firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package: cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address. business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.). if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification. bonding Capacity: provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between $50 - $100 Million. contractor Capability Statement Shall Include, But Not Be Limited, To The Following: corporate Experience: provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And
demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics: a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres). b. State/local/private Cemetery Projects.
c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration. d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres. describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can:
i. Mass/fine Grading & Excavation Site Utilities
prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres. ii. Site Utilities
demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites.
demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source.
demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal.
iii. Paving
paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres. experience In Missouri Or Similar Climates Is Preferred, But Not Required.
iv. Landscaping
landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri. v. Irrigation
irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It.
vi. Precast Concrete Burial Components
demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It. vii. Phasing And Continuity Of Operations
demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations. current Project List: provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include: project Type
award Amount
award Date estimated Completion Date
---- End Of Contractor Capability Statement Package --- please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov). --- End Of Sources Sought Notice ---
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30 previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer) 1
5 0001
01-02-2025 544-25-2-4075-0004 none
36c247
department Of Veterans Affairs
visn 7 Network Contracting Activity
central Alabama Healthcare System
215 Perry Hill Road
montgomery Al 36109 36c247 department Of Veterans Affairs
visn 7 Network Contracting Activity
215 Perry Hill Road
montgomery Al 36109
to All Offerors/bidders 36c24725q0195 x x x x
1
this Amendment To Solicitation 36c24725q0195 Is To Do The Following: (1) Add Additional Language To The Scope Of Work (2) Provide Responses To The Request For Information (rfi) Received Prior To Due Date (see Attached). *all Other Terms And Conditions Remain Unchanged. quentin Deloney
contracting Officer, Nco-07 page 5 Of 5
request For Information
36c24725q0195
facility Mover And Event Set-up Services *any Questions Received That Have Not Been Answered In This Amendment Have Already Been Addressed In The Posted Solicitation. scope Of Work Is Amended To Add The Following: The Contractor Shall Furnish All Contract Oversight, Management; Supervisory And Technically Trained Personnel; Uniforms; Equipment, Materials, And Supplies Necessary To Provide Commercial Office Moving And Relocation Services For Cavhcs. This Includes, But Is Not Limited To The Following, Providing All Labor, Materials, And Equipment Necessary To Accomplish The Work As Stated Herein, E.g., Excess Property Pickup; Furniture Installation; Systems Furniture Installation, Breakdown And Repair; Routine Moving Services Activities; Special Event Set-ups And Breakdown; Special Furniture Cleaning And Repair; Special Moving Activities; Place Furnishing In Designated Storage Areas In An Organized Manner; And Special Handling Moving Activities. Contractor Shall Furnish All Vehicles, Insurance, Drivers, Supervision, Maintenance, Equipment, And Operating Supplies/services Required For The Safe Transport Of The Property And Performing All Services Necessary To Provide Moving And Relocation Services. 1. Confirm There Are 6 Locations With 4 Being In Alabama And 2 In Ga. That Will Need To Be
covered. -9 Possible Work Locations; 3 Georgia Locations; 6 Alabama Locations -215 Perry Hill Road, Montgomery, Al 36109-3725 (main Work Site) -8105 Veterans Way, Montgomery, Al 36117-3879 -2400 Hospital Road, Tuskegee, Al 36083 (main Work Site) -3753 Ross Clark Circle, Suite 4, Dothan, Al 36303-2291 -159 Whetstone Street, Monroeville, Al 36460-2625 -301 Andrews Ave, Fort Rucker, Al 36362-5107 -6635 Bass Road, Fort Moore, Ga 31905-5602 -2100 Comer Avenue, Plaza G, Columbus, Ga 31904-8725 -6910 River Road, Columbus, Ga 61904-2316 2. In The Previous Notification We Seen 2 Locations Located On A Military Base That Were Not Listed On
the Solicitation. Will They Be Covered? -past Solicitations/contract Awards Will Not Be Addressed 3. Will The Us Veterans Affairs Be Assisting In Obtaining Military Passes To Gain Access To The
bases?
- When Delivering To Those Locations, Contractor Must Meet All Requirements By The Base To Gain Access. A Va Representative Will Be Onsite, But This Does Not Mean Any Of The Requirements Will Be Waived. Contractor Will Know At Least A Week In Advance Of Any Deliveries Going To The Base. 4. You Stated Work Is To Be Performed Mon- Fri. But Days Can Be Changed And On Calls Can Bedone. Please Clarify? -please Read The Solicitation In Its Entirety. Solicitation States As Needed Schedule Updates Shall Be Coordinated With And Approved By The Cor. Such Changes Will Be Coordinated In A Manner Both Parties Can Agree On. 5. Will There Be A Set Schedule Confirmed At The Beginning Of The Contract For The Duration Of
the Contract? - No Set Schedule But Schedule Will Be Reasonable And Agreed Upon By Va And Contractor. 6. If No Set Schedule, When Will We Be Notified Services Are Needed? -a Week In Advance 7. Will The Va Be Able To Add Days On Through The Week With Last Minute Notices? -yes, As Long As The Hours Do Not Exceed The 860 Hours Allotted For The Year. 8. Is The Price Schedule 860 Hours? -please Read The Solicitation In Its Entirety. The Base And Each Option Year Is Allotted 860 Hours. 9. Is 860 Hours Guaranteed For The Year? -no; 860 Hours Worth Of Work Are Not Guaranteed To Be Used Each Year. 10. Are You Guaranteeing 8-hour Workdays? -no 11. Are We Working 1-2 Hours, 4-5 Hours, Or Full 8-hour Days? - Contractor Should Plan For Between 4 To 8-hour Days. 12. Will Items Be Left On The Truck From The Prior Day, Overnight, To Be Delivered The Following
day? - The Government Does Not Expect Items To Be Left On Trucks. Contractor Is Responsible For Loading And Unloading Mover Vehicles, Therefore, It Is At The Contractor S Discretion And Cost To Store Any Items During Moving Activities And Should Be With The Approval And Proper Notification Being Made To The Cor. 13. Can You Clarify Excess Pickup? Are We Expected To Move Medical And It Equipment? Could You Give Examples Of Oversized Items? - This Could Be Cubical Panels, White/glass Boards, Desks, Etc.. Examples Of Oversized Equipment May Include Pews, Conference Room Tables, Desks, And Storage Cabinets. 14. Confirm That You Are Aware That There Are 6-8 Services Added On That Were Not There In The
previous Years? Therefore, This Will Drive The Hourly Rate Up Tremendously. -previous Contract Awards; Solicitations; Or Occurrences Will Not Be Addressed. Only Clarifications On The Information Presented In The Current Solicitation Will Be Made. 15. Our Hourly Rate Are To Include Pricing For Equipment, Labor, Fuel, Miles, Etc..? -hourly Rate In Proposals Should Be All Inclusive. 16. Under Specialty Furniture Cleaning And Repair. Can You Clarify The Repair Service Needed? - Re-attaching Doors To Furniture; Replacing Missing Screws/nuts On Furniture; Replacing Arms On Task Chairs; Or Glides On Tables/chairs. 17. If A Repair Is Performed Who Takes The Liability Of That Item Breaking Again? - If A Repaired Item Breaks Due To The Repair Being Negligent, The Contractor Will Be Held Liable. 18. Will We Be Moving Equipment That Is Still Covered Under The Warranty? - Yes, Some Items May Be Under Warranty Such As Desk And Chairs. 19. Will We Be Mounting Items On Walls? Provide Examples? - Not On A Regular Basis. For Example, Some Workstations Mount To The Wall And Other Furniture Must Anchored To The Wall To Prevent Tilting. 20. Who Will Be Responsible For Holes In The Wall And Where Does That Fall Under The Lease
agreements Of These Buildings And Who Will Be Responsible? 21. Could You Provide More Details On The Specific Tasks Involved In The Relocation, Moving, And Event Set-up Services - Please Read The Solicitation In Its Entirety
22. What Is The Expected Volume Of Items (e.g., Office Furniture, Equipment) To Be Moved And Set Up? - Unpredictable; As Needed Basis
23. Are There Any Special Handling Requirements (e.g., Fragile Or High-value Items)? -please Read The Solicitation In Its Entirety.
24. Can You Confirm If This Will Be A Firm-fixed-price Contract? -yes
25. Will The 860 Hours Be Paid Regardless Of Whether They Are Utilized? -no; Only Hours Worked Will Be Payable
26. Will This Be An On-call Contract, Or Will There Be A Confirmed Schedule? - For On Lease Properties, Movers Will Not Be Mounting Anything To The Wall. For The Two Main Campuses (central Alabama Veterans Health Care System East Campus 2400 Hospital Road, Tuskegee, Al 36083 And Central Alabama Veterans Health Care System West Campus 215 Perry Hill Road, Montgomery, Al 36109-3725) Cor Will Work With Maintenance To Repair Holes In The Wall From Furniture Removal. The Movers Are Not Expected To Paint Or Patch Unless The Movers Have Damaged Walls Or Doors Due To Negligence And/or Accident.
27. Are There Any Penalties For Delays Or Failure To Meet Performance Standards? -yes, Unsatisfactory Ratings; Opt-out Of Exercising Options; And Possible Termination For Cause
29. Are There Specific Quality Assurance Standards That Need To Be Adhered To? - Please See Attached Quality Assurance Plan Posted On Page 89.
Province Of Negros Oriental Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.7 K)
Details: Description Invitation To Bid Bid No. B-430-2024 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: General Fund Proper/responsibility Center:1999-365(24) Intends To Apply The Sum Of Nine Million Eight Hundred Thousand Seven Hundred One Pesos And 81/100 (php 9,800,701.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Nine Thousand Five Hundred Pesos (php 9,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 30, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 14, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 14, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat. 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I Construction Of Elevator Shaft 1 General Requirements A. Mobilization /demobilization 1 Lot B. Temporary Facility 1 Lot C. Occupational Safety & Health Program 1 Lot D. Signages 1 Lot 2 Site Preparation 1 Lot 3 Reinforced Concrete Works (elevator Pit) 1 Lot 4 Roofing Works 1 Lot 5 Structural Steel (elev. Shaft Framing) 1 Lot 6 Painting Works 1 Lot 7 Electrical Works 1 Lot 8 Forms & Scaffoldings 1 Lot 9 Glass Works 1 Lot Ii Purchase And Installation Of Elevator Includes: Design, Supply, Installation & Commissioning A .equipment Cost: -630 Kgs. Capacity, 1.0 M/s, 3 Floors, 3 Stops, 3 Opening Imported Equipments Including Tempered Glass And Accessories. -includes:duties, Brokerage, Delivery And Unloading At Site, Hauling At Site, Installation Price For Elevator Car & Tempered Glass Local Materials, Labor Test And Commissioning. Terms And Conditions: 1.imported Equipment From Plan/drawing Approval To Manufacturing, Shipments, Port Releasing & Delivery At Site Should Be Sixty (60) Days From The Date Of Purchased Order Approval. 2.project Management, Installations, Test & Commissioning, Local Materials, Delivery & Unloading Will Immediately Be Engaged And Mobilization Will Commence Upon The Arrival Of Equipment’s. 3.completion And Hand-over Will Be On Or Before One Hundred Twenty (120) Calendar Days From The Start Of Mobilization Including Start-up And Commissioning. 4.warranty Of Two (2) Years From The Date Of Turn-over. 5.a Service Center And Equipment Parts Should Be Available Within Negros Oriental. 6.technical Team Available Within 24 Hours Upon The Request Of The End User. 7.must Have Business Permit Within Negros Oriental. 8.businesscenter Should Be At Least 5 Years Of Existence Of The Province Of Negros Oriental. Contract Duration: 120 Calendar Days Abc:p9,800,701.81
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 6.9 Million (USD 118.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Tambunan, Boac, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 6,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0037 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Tambunan, Boac, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Tambunan, Boac, Marinduque Contract Id No. : 25ea0037 Locations : Brgy. Tambunan, Boac, Marinduque Scope Of Works : Construction Of 13 Columns And Footings; Beams; Stairs; Roof And Roof Framing; Slab On Fill; Suspended Slab; Sun Breaker; Ramp; Cistern Tank; Septic Tank; Comfort Rooms. It Also Includes Complete Sets Of Doors And Windows; Painting Works; Formworks; 100mm And 150mm Chb Walls; Fire Exit; Waterproofing; Cement Plaster Finish; Tileworks; Ceiling Works; Plumbing Works; And Electrical Works. Including Zoning Fee/locational Clearance, Professional Fee, Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 6,920,000.00 Contract Duration : 175 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. 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). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. The Bidding Documents 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-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 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 Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 02, 2025
8681-8690 of 8814 archived Tenders