Paint Tenders

Paint Tenders

City Of San Jose Del Monte Tender

Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 700 K (USD 12 K)
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman

City Of San Jose Del Monte Tender

Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 384 K (USD 6.6 K)
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman

City Of San Jose Del Monte Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 826 K (USD 14.2 K)
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman

City Of San Jose Del Monte Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman

PUBLIC BUILDINGS SERVICE USA Tender

Machinery and Tools
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal this Announcement Is Open To All Business Concerns. the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741. this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. project Information this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform. the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed. the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following: division 1 – General Requirements outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish. division 2 – Existing Conditions details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process. remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers. division 3 – Concrete all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete. contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint. division 23 – Heating, Ventilation, And Air Conditioning the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards. chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal. thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal. division 25 – Integrated Automation covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components. contractor Shall Abide And Adhere To All Gsa Bas Requirements. division 27 – Communications the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems. equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide. potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings). procurement Information this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.). the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis. gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials. submission Instructions For Interested Firms construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here. to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed. interested Firms Are Invited To Respond To This Notice By Providing The Following Information: provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business. provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics. provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity. provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation. provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible. construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”. suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.” expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa. by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act. all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized. note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements. period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops). 1-3 Months 4-6 Months 7-8 Months please Clearly Identify The Lead Time For Each Chiller As Well. location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.

Geb Udewirtschaft Cottbus Gmbh Tender

Others
Germany
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Scaffolding: 1650 m² facade scaffolding with various allowances and provision, 1 piece of scaffolding statics, 1650 m² conversion to nets, 2 pieces of scaffolding stairs, provision | Facade repair: coordination and security services, protection of building elements; Joint work: 840 m demolition of joint sealant, joint treatment with residual fiber binder, 150 m chiseling work, 150 m concrete cutting, 150 m mortaring, 200 m reprofiling, 840 m joint sealing, 13 m repair of building separation joint | Substrate preparation of facade areas: 1550 m² substrate cleaning, 15 m clearing and preparing cracks | Corrosion protection, facade reprofiling: 15 m sealing of cracks, 30 pieces of breakouts repair, 25 pieces of defects reprofiling | Connection of window/reveal insulation: 110 pieces demolition of window sills, 191.5 m installation of aluminum window sills, 562 m APU strips, 562.5 m preparation of the surface of window surrounds, door reveals, 562 m window reveal insulation, 562 m corner and edge formation, 562 m reinforcement/felt layer of reveals and surrounds, 185 m reinforcement/felt layer under window sill | Surface treatment of facade, jamb: 35 m² base sealing, 106 m2 filling and paint coating of base, 1385 m² paint coating of facade, pebbled, 800 m paint coating of window reveals, surrounds | Other: 5 pieces core drilling, 150 pieces window cleaning, 8 pieces coating of parapet sheet

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Rfq No. 1239 Pr No. 3417-24bac Request For Quotation For Infrastructure Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Labor Service And Materials For The Upgrading And Extension Of Vemi-composting Shed Of Sual, Pangasinan And Upgrading Of Vermicomposting Shed Of Baguio City Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Pcab License Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Certificate Of Site Inspection (duly Signed By The End-user Or Their Representative) E. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 20, 2025 (8:15am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Twenty-eight (28) Calendar Days Upon Receipt Of Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 500,000.00 End User: Baguio Ncrdpsc Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Rm- Maintenance- Buildings And Other Structures Sual, Pangasinan 1 Lot Mobilization/ Demobilization 6,778.80 30 Sq.m. Removal Of Obstruction 26.85 4.3 Cu.m. Structural Excavation (manual) 1,166.97 8 Cu.m. Embankment (manual) 526.58 2.78 Cu.m. Concrete Works 9,354.90 40.8 Sq.m. Fabrication And Installation 429.73 35 Sq.m. Removal 80.91 104 Pcs. Chb Laying And Filling 75.11 15.84 Sq.m. Plastering 717.67 155.27 Kgs. Reinforcement Steel Bar 113.63 3.6 Cu.m. Grouted Riprap 6,222.53 27.37 Sq.m. Structural Steel Truss And Roofing 2,623.63 1 Lot Painting Works 9,878.55 1 Lot Steel Works And Other Miscellaneous Works 45,902.47 Baguio City 1 Lot Clearing 1,665.30 0.5 Cu.m. Structural Excavation (manual) 3,330.60 5.4 Cu.m. Embankment (manual) 308.39 2.97 Cu.m. Concrete Works 12,969.59 21.6 Sq.m. Fabrication And Installation 255.44 21.6 Sq.m. Removal 103.78 141 Pcs. Chb Laying And Filling 167.62 22.44 Sq.m. Plastering 1,020.12 0.81 Cu.m. Wall Footing 21,128.59 240.5 Kgs. Reinforcement Steel Bar 184.43 1 Lot Painting Works 16,909.20 1 Lot Door 18,236.32 30.24 Sq.m. Steel Works And Other Miscellaneous Works 1,838.13 Grand Total 500,000.00 Philgeps Posted William F. Mugot Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________

Municipality Of Alcantara, Cebu Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Standard Form Number: Sf-infr-05 Revised On: Invitation To Apply For Eligibility And To Bid The Municipality Of Alcantara, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Source Of Fund : Financial Assistance - Cebu Province Name Of Project : Improvement And Rehabilitation Of Alcantara Heritage Park Location : Municipal Park Area, Barangay Poblacion , Alcantara Cebu Brief Description : Supply Of Labor Materials And Equipment For The Improvement And Rehabilitation Of Alcantara Heritage Park Abc : Php 2,000,000.00 Contract Duration : 90 Calendar Days Prospective Bidders Should Have Experience In Undertaking Similar Project Within Last 2 Years With An Amount At Least 50% Of The Proposed Project For Bidding, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. Prospective Bidder Should Have A Good Standing In Terms Of Project Implementation , No Pending / Delays Project Implementation. The Bac Will Use Non Discretonary Pass/fall Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provissions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Submission Of Letters Of Intent And Application For Eligibility January 6 - 27, 2025 2. Submission Of Eligibility Requirements January 6 - 27, 2025 3. Issuance Of Bid Documents January 6 - 27, 2025 4. Pre-bid Conference January 23, 2025 2 Pm 5. Opening Of Bids February 5, 2025 2 Pm 6. Bid Evaluation February 6, 2025 7. Post Qualification February 10, 2025 8. Notice Of Award February 13, 2025 The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount That Shall Correspond To The Abc As Indicated In The Table From General Guidelines On The Sale Of Bidding Document And To Paid To The Municipal Treasurer Of Alcantara Cebu The Municipality Of Alcantara Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Dates Of Publication: Engr. Arturo M. Palencia Newspaper: Bac Chairperson Philgeps January 15, 2024 Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Program Of Works Name Of Project : Improvement And Rehabilitation Of Alcantara Heritage Park Location : Municipal Park Area , Barangay Poblacion Alcantara Cebu Source Of Fund / Allocation / Reference : Financial Assistance / Php 2,000,000.00 Duration : 90 Calendar Days Approved Budget For The Contract : Php 2,000,000.00 Mode Of Implementation : Straight Contract Minimum Equipment Requirement Requirement : Tampering Machine, Mixer, Power Tools And Hand Tools Minimum Personnel Requirement : Foreman, Skilled , Unskilled # Item / Description Qty Unit Materials Labor Cost Equipment Ocm Profit Taxes Total 1 General Requirements 1.1 Mobilization / Demobiization 1 Lot 10,000.00 1.2 Temporary Facilities 1 Lot 14,000.00 1.3 Safety Requirements 1 Lot 5,000.00 1.4 Billboard 1 Lot 2,297.23 2.1 Pergola - Excavation 28.70 Cu.m. 22,960.00 1,080.00 3,606.00 2,404.00 1,502.50 31,552.50 2.2 Reinforced Concrete Footing 5.75 Cu.m. 50,805.00 17,781.75 2,000.00 10,588.01 7,058.68 4,411.67 92,645.11 2.3 Reinforced Concrete Column 6.4 Cu.m. 75,200.00 26,320.00 2,632.00 15,622.80 10,415.20 6,509.50 136,699.50 2.4 Reinforced Concrete Beam 90.20 Lm 87,550.00 30,642.50 3,064.25 18,188.51 12,125.68 7,578.55 159,149.49 2.5 Formworks And Scaffolding 1 Lot 113,425.00 45,370.00 4,537.00 24,499.80 16,333.20 10,208.25 214,373.25 2.6 Trilles 136 Sq.m. 173,640.00 60,774.00 6,077.40 36,073.71 24,049.14 15,030.71 315,644.96 2.7 Slab On Fill 136 Sq.m. 87,130.00 30,495.50 1,524.78 17,872.54 11,915.03 7,446.89 156,384.74 2.8 Laying Of Non Skid Tiles 136 Sq.m. 148,570.00 51,999.50 2,599.98 30,475.42 20,316.95 12,698.09 266,659.94 2.9 Painting Works 136 Sq.m. 37,270.00 18,635.00 931.75 8,525.51 5,683.68 3,552.30 74,598.24 2.10 Provision Of Benches 10 Unit 50,000.00 7,500.00 5,000.00 3,125.00 65,625.00 3.1 Pickle Ball Court - Excavation 4.86 Cu.m. 3,888.00 194.40 612.36 408.24 255.15 5,358.15 3.2 Reinforced Masonry Works 21.60 Sq.m. 15,630.00 5,470.50 500.00 3,240.08 2,160.05 1,350.03 28,350.66 3.3 Backfill 32.40 Cu.m. 72,000.00 21,600.00 2,160.00 14,364.00 9,576.00 5,985.00 125,685.00 3.4 Slab On Fill 16.20 Cu.m. 99,670.00 34,884.50 3,488.45 20,706.44 13,804.30 8,627.68 181,181.37 3.5 Painting Works 162 Sq.m. 63,150.00 22,102.50 2,210.25 13,119.41 8,746.28 5,466.42 114,794.86 Total 2,000,000.00 Prepared By: Fund Availability : Approved By : Engr. Arturo M. Palencia Edison Incipido Atty. Fritz A. Lastimoso Municipal Engineer Municipal Treasurer Municipal Mayor

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Aerospace and Defence
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Response Form fy26 Eafb - Munitions Maintenance (muns Mx), Ellsworth Afb, South Dakota (sd) sources Sought Notice #w9128f25sm003 anticipated Solicitation #w9128r25r0020 this Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $30m. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Thomas.g.mcfall@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cdt, 07 January 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location And Description: Ellsworth Afb, Sd this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). b-21 Munitions Maintenance (muns Mx), Ellsworth Air Force Base (eafb), South Dakota (sd). project Will Construct A New Single-story Maintenance (mx) Storage Facility. Structure Will Consist Of Strip Footings, Load Bearing Insulated Precast Concrete Walls, Steel Trusses And Roof Deck. Roof Will Be A Standing Seam Metal Roofing System With Plywood Underlayment. Interior Partitions Will Be Concrete Insulated Panels, Precast Concrete, And Metal Stud With Gypsum Board. Metal Stud Walls May Contain Sound Deadening Membrane As Applicable To Occupancy Requirements. Facility Will Include Approximately 929 Sm Of Storage, Approximately 315 Sm For Maintenance And Approximately 325 Sm For Administration Purposes Along With Other Requirements For Mechanical, Electrical, And Communications Rooms. Building 88020 Is Currently Unoccupied, Has A Footprint Of 681 Sm And Will Be Demolished For This Project. provide All Labor, Equipment, And Materials To Design And Construct A Munitions Maintenance Storage Facility And All Supporting Infrastructure. Facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. This Project Will Comply With Icd/ics 705 Secure Information Facility Requirements. This Project Will Include A Space Or Spaces Constructed To Afi 16-1404 Requirements. Additionally, This Project Will Full Demolition Of Existing Facilities. special Construction And Functional Requirements: The Project Will Be Constructed On The Munitions Storage Area (msa) At Eafb. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. project Period Of Performance: 730 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 237990 – Other Heavy And Civil Engineering Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years. construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) construction Of Facilities To The Afi 16-1404 Or Equivalent Standards. construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. construction Of Facilities On A Dod Military Installation. construction Of Facilities On An Active Munitions Storage Area (msa). abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $30m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.
9231-9240 of 9639 archived Tenders