Paint Tenders

Paint Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Aerospace and Defence
United States
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.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Bureau Of Plant Industry Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Rfq No. 2025-0011 Pr No. 2025-02-0017 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement *rm Of Building* 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 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. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. 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 - National Seed Quality Control Services (bpi-nsqcs), Economic Garden, Brgy. Timugan, Los Baños, Laguna Or Through Courier. 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: February 10, 2025 (3:00pm) . 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: 15 Calendar Days (cd) 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 92,500.00 End User: Bpi-nsqcs Riv-a Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Lot To Supply Labor And Materials For The Repair And Maintenance Of The Nsqcs Riva Repainting Of Ceiling (germination Area, Kitchen Area And Seed Health) 15 Pcs Sand Paper #60 33.00 25 Pcs Sand Paper #120 29.00 3 Pcs Mesh Tape 165.00 3 Liters Stikwel 210.00 1 Bag Patching Compound 560.00 2 Liters Flat Latex 2,800.00 2 Pcs Roller #9 110.00 2 Pcs Paint Brush #1 1/2 45.00 1 Lot Repair For Aluminum Door 1,000.00 Repair Of Comfort Rooms (3 Unit) 2 Set Water Closet Repair 980.00 2 Pcs Angle Valve 320.00 3 Pcs Flexible Hose #1/2 X 16" 170.00 2 Pcs Bidet Hose 1,180.00 1 Lot Other Consumables Materials 1,500.00 1 Lot Installation Of Glass Partition 30,758.00 2 Pcs Repair Of Roofing And Gutter 1,950.00 6 Pcs Spanish Gutter #24 0.5m 650.00 100 Pcs Metal Tex Screw 3.00 1 Box Blind Revits 5/32 X 1/2 360.00 2 Pcs Drill Bit 5/32 90.00 2 Tubes Sealant 210.00 1 Lot General Requirements 5,000.00 1 Lot Site Works Mobilization Installation De-clogging And Scaffolding 8,000.00 Labor Cost 22,897.00 Grand Total 92,500.00 Philgeps Posted Engr. Meanne P. Andes Rowena H. Alip Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Economic Garden, Brgy. Timugan, Los Baños, Laguna 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 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:_______________________________________________________________
Closing Date10 Feb 2025
Tender AmountPHP 92.5 K (USD 1.5 K)

DIVISORIA NATIONAL HIGH SCHOOL BONTOC, SOUTHERN LEYTE Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description Select Item No Product/service Name Description Quantity Uom Budget 1 Construction Of Temporary Wash Facility Mobilization/temporary Structures 3 Lot 4947.27 2 Construction Of Temporary Wash Facility Safety And Health 3 Lot 4947.27 3 Construction Of Temporary Wash Facility Earthworks 56 Square Meter 1112.72 4 Construction Of Temporary Wash Facility Earthworks 27 Cubic Meter 5082.78 5 Construction Of Temporary Wash Facility Concreting Works-wall Footing-portland Cement 24 Bag 6469.68 6 Construction Of Temporary Wash Facility Wall Footing-crushed Gravel 3/4" 3 Cubic Meter 4914.69 7 Construction Of Temporary Wash Facility Wall Footing-washed Sand 2 Cubic Meter 2741.25 8 Construction Of Temporary Wash Facility Column-portland Cement 21 Bag 5660.97 9 Construction Of Temporary Wash Facility Column-crushed Gravel 1" 2 Cubic Meter 3739.50 10 Construction Of Temporary Wash Facility Column-washed Sand 2 Cubic Meter 2741.25 11 Construction Of Temporary Wash Facility Beam-portland Cement 12 Bag 3234.84 12 Construction Of Temporary Wash Facility Beam-crushed Sand 3/4" 2 Cubic Meter 2493 13 Construction Of Temporary Wash Facility Beam-washed Sand 1 Cubic Meter 1370.63 14 Construction Of Temporary Wash Facility Slab On Grade-portland Cement 27 Bag 7278.39 15 Construction Of Temporary Wash Facility Slab On Grade-crushed Gravel 3/4" 3 Cubic Meter 4914 16 Construction Of Temporary Wash Facility Slab On Grade-washed Sand 2 Cubic Meter 2741.25 17 Construction Of Temporary Wash Facility Handwashing-portland Cement 6 Bag 1617.42 18 Construction Of Temporary Wash Facility Handwashing-crushed Gravel 3/4" 1 Cubic Meter 1246.50 19 Construction Of Temporary Wash Facility Handwashing-washed Sand 1 Cubic Meter 1370.63 20 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 12mmx6m, Grade 40 690 Kilo 31473.58 21 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 10mmx6m, Grade 40 129 Kilo 5866.98 22 Construction Of Temporary Wash Facility Rebar Works-g.i. Tie Wire 18 Kilo 1489.50 23 Construction Of Temporary Wash Facility Rebar Works-coco Lumber, 2"x3"x12" 216 Board Feet 4903.20 24 Construction Of Temporary Wash Facility Rebar Works-plywood Ordinary, 1/4", 4'x8' 6 Piece 2922 25 Construction Of Temporary Wash Facility Rebar Works-cwn, Assorted 3 Kilo 240 26 Construction Of Temporary Wash Facility Beams-coco Lumber, 2"x2"x12" 60 Board Feet 1362 27 Construction Of Temporary Wash Facility Beams-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 28 Construction Of Temporary Wash Facility Beams-cwn, Assorted 3 Kilo 240 29 Construction Of Temporary Wash Facility Handwashing-coco Lumber, 2"x2"x12" 24 Board Feet 544.80 30 Construction Of Temporary Wash Facility Handwashing-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 31 Construction Of Temporary Wash Facility Handwashing-cwn, Assorted 3 Kilo 240 32 Construction Of Temporary Wash Facility Masonry Works-masonry Wall-chb 6" Thk 906 Piece 27352.14 33 Construction Of Temporary Wash Facility Masonry Wall-portland Cement 24 Bag 6480 34 Construction Of Temporary Wash Facility Masonry Wall-washed Sand 3 Cubic Meter 5754 35 Construction Of Temporary Wash Facility Masonry Wall-10mm X 6m Rsb 96 Kilo 4587.84 36 Construction Of Temporary Wash Facility Masonry Wall-g.i. Tie Wire 3 Kilo 255 37 Construction Of Temporary Wash Facility Plastering-portland Cement 30 Bag 8100 38 Construction Of Temporary Wash Facility Plastering-washed Sand 3 Cubic Meter 5754 39 Construction Of Temporary Wash Facility Doors And Windows-d-3 Flush Door O 70m X 2.10m On 150mm Wooden Jamb Complete With Accessories 6 Set 24507 40 Construction Of Temporary Wash Facility Steel Works-lc 75x38x15x2.0mm 272 Kilo 13837.81 41 Construction Of Temporary Wash Facility Steel Works-l 50 X 50 X 6mm 55 Kilo 5556.98 42 Construction Of Temporary Wash Facility Steel Works-g I Pipe 75mm Sch 40 6 Piece 12432 43 Construction Of Temporary Wash Facility Steel Works-tubular 50mm X 100mm X 1.5mm 6 Piece 8227.50 44 Construction Of Temporary Wash Facility Steel Works-50mm X 75mm X 1.2mm Tubular Pipe 15 Piece 9375 45 Construction Of Temporary Wash Facility Steel Works-welding Rod 9 Kilo 1012.50 46 Construction Of Temporary Wash Facility Roofing Works-long Span Roofing, Corrugated, Pre-painted, 1220mm X 0.4mm Thick 26 Meter 10313.22 47 Construction Of Temporary Wash Facility Roofing Works-flashing Ga 26, 24"x8" 6 Piece 2988 48 Construction Of Temporary Wash Facility Roofing Works-teckscrew 2-1/2" 207 Piece 517.50 49 Construction Of Temporary Wash Facility Roofing Works-roof Sealant 6 Liter 1800 50 Construction Of Temporary Wash Facility Roofing Works-polycarbonated Sheets Twin Wall 6mm Thick Including Accessories 20 Square Meter 35006.40 51 Construction Of Temporary Wash Facility Carpentry Works-ceiling-rough Lumber, Sun Dried, Tanguile, 2"x2"x12" 84 Board Feet 4121.88 52 Construction Of Temporary Wash Facility Ceiling-plywood Marine 1/4" X 4'x8' 9 Piece 5435.10 53 Construction Of Temporary Wash Facility Ceiling-finishing Nails 3 Kilo 256.20 54 Construction Of Temporary Wash Facility Ceiling-common Wire Nails 3 Kilo 292.80 55 Construction Of Temporary Wash Facility Ceiling-fascia Board, Fiber Cement 10" X 12' 12 Piece 5160.60 56 Construction Of Temporary Wash Facility Ceiling-ceiling Vent 1" X 12" X 4' With Screen 3 Piece 896.70 57 Construction Of Temporary Wash Facility Electrical Works-roughing-ins-electrical Conduit Upvc, 15mm 15 Piece 2085 58 Construction Of Temporary Wash Facility Junction Box, 4"x4" G.i. 3 Piece 120 59 Construction Of Temporary Wash Facility Utility Box, 2"x4" G.i. Wires & Fixtures 6 Piece 201.60 60 Construction Of Temporary Wash Facility 3.5 Mm2 Thw Wire, Stranded 144 Meter 6422.40 61 Construction Of Temporary Wash Facility Single Switch With Plate 9 Piece 1620 62 Construction Of Temporary Wash Facility Ceiling Receptacle 3-1/2" 9 Piece 342 63 Construction Of Temporary Wash Facility Incandescent Bulb 50w 9 Set 1847.25 64 Construction Of Temporary Wash Facility Electrical Tape 3 Piece 162.39 65 Construction Of Temporary Wash Facility Plumbing Works-water Closet 1.6gpf With Accessories 6 Set 26,220.00 66 Construction Of Temporary Wash Facility Plumbing Works-water Closet Flange 6 Set 1,809.00 67 Construction Of Temporary Wash Facility Plumbing Works-faucet, Plain Bibb, Brass 1/2" 9 Piece 1,591.20 68 Construction Of Temporary Wash Facility Plumbing Works-s S Floor Drain 4'x4" 15 Piece 1,681.95 69 Construction Of Temporary Wash Facility Plumbing Works-gate Valve, 1/2" 3 Piece 975.00 70 Construction Of Temporary Wash Facility Plumbing Works-pp-r Pipe 1/2" 15 Piece 4,350.00 71 Construction Of Temporary Wash Facility Plumbing Works-pp-r Elbow 90o X 1/2" 15 Piece 235.50 72 Construction Of Temporary Wash Facility Plumbing Works-pp-r Tee, 1/2" 9 Piece 171.90 73 Construction Of Temporary Wash Facility Plumbing Works-pp-r Coupling Reducer, 1/2" X 3/4" 3 Piece 45.90 74 Construction Of Temporary Wash Facility Plumbing Works-pp-r Adapter Female Thread 1/2" 15 Piece 1,702.35 75 Construction Of Temporary Wash Facility Plumbing Works-teflon Tape 3 Roll 86.40 76 Construction Of Temporary Wash Facility Sanitary Works-upvc Sanitary Pipe 4" 6 Piece 6,034.80 77 Construction Of Temporary Wash Facility Upvc Sanitary Pipe 2" 15 Piece 7,186.50 78 Construction Of Temporary Wash Facility Upvc Elbow 90o X 2" 9 Piece 499.50 79 Construction Of Temporary Wash Facility Upvc Tee 2"x2" 9 Piece 502.20 80 Construction Of Temporary Wash Facility Upvc Elbow 90o X 4" 9 Piece 1,114.20 81 Construction Of Temporary Wash Facility Upvc P-trap 2" 15 Piece 1,872.00 82 Construction Of Temporary Wash Facility Brass Cleanout 4"x4" 3 Piece 1,365.00 83 Construction Of Temporary Wash Facility Pvc Cement 3 Can 630.00 84 Construction Of Temporary Wash Facility Chb, 4"x8"x16", Standard 600 Piece 16974 85 Construction Of Temporary Wash Facility Deformed Round Bars, 10mmx6m, Grade 40 534 Kilo 25519.86 86 Construction Of Temporary Wash Facility Portland Cement 30 Bag 8100 87 Construction Of Temporary Wash Facility Washed Sand 6 Cubic Meter 11509.98 88 Construction Of Temporary Wash Facility G.i. Tie Wire 9 Kilo 738 89 Construction Of Temporary Wash Facility Painting Works-concrete Surface-neutralizer 1 Gallon 348.30 90 Construction Of Temporary Wash Facility Concrete Surface-latex, Flat 3 Gallon 2926.11 91 Construction Of Temporary Wash Facility Concrete Surface-latex, Semi Gloss 3 Gallon 3279 92 Construction Of Temporary Wash Facility Concrete Surface-acri Color 3 Quart 343.20 93 Construction Of Temporary Wash Facility Wood Surface-enamel Flatwall 1 Gallon 1708.50 94 Construction Of Temporary Wash Facility Wood Surface-enamel Semi Gloss 1 Gallon 1738.50 95 Construction Of Temporary Wash Facility Wood Surface-paint Thinner 1 Gallon 753 96 Construction Of Temporary Wash Facility Tile Works-wall-glazed Wall Tiles 20cm X 20cm 1092 Piece 21294 97 Construction Of Temporary Wash Facility Wall-tile Adhesive 25kg/bag 9 Bag 2621.97 98 Construction Of Temporary Wash Facility Wall-tile Trim 6mm 12 Piece 1476 99 Construction Of Temporary Wash Facility Wall-tile Grout 5 Kg/bag 6 Bag 1170 100 Construction Of Temporary Wash Facility Flooring-unglazed Floor Tiles 20cm X 20cm 291 Piece 5674.50 101 Construction Of Temporary Wash Facility Flooring-tile Adhesive 25kg/bag 3 Bag 873.60 102 Construction Of Temporary Wash Facility Flooring-tile Grout 5kg/bag 3 Bag 585 103 Construction Of Temporary Wash Facility Handwashing-unglazed Floor Tiles 20cm X 20cm 195 Piece 3802.50 104 Construction Of Temporary Wash Facility Handwashing-tile Adhesive 25kg/bag 3 Bag 872.99 105 Construction Of Temporary Wash Facility Handwashing-tile Grout 5kg/bag 3 Bag 585
Closing Date21 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)

MUNICIPALITY OF TAGUDIN Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Contract Package For The Rehabilitation Of Bridge (phase Ii), Barangay Lubnac, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of Four Million Eight Hundred Four Thousand Nine Hundred Thirty Five Pesos & 84/100 (php4,804,935.84) Being The Approved Budget For The Contract (abc) Through The Ra 7171 Municipal Share, Special Budget No. 2, Appropriation Ordinance No. 7, Series Of 2024 To Payments Under The Contract For The Contract Package For The Rehabilitation Of Bridge (phase Ii), Barangay Lubnac, Tagudin, Ilocos Sur, Contract No. Infr-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration Part A Facilities For The Engineer A.1.1 (8) Provision Of Field Office For The Engineer (rental Basis) As Evaluated 3.07 Mo. 92 C.d. As Submitted 3.07 Mo. A.1.1 (16) Operation And Maintenance Of Field Office For The Engineer As Evaluated 3.07 Mo. As Submitted 3.07 Mo. Total Of Part A Part B Other General Requirements B.5 Project Billboard/signboard (for Coa) As Evaluated 1.00 Ea. As Submitted 1.00 Ea. B.7 (1) Occupational Safety And Health Program As Evaluated 3.07 Mo. As Submitted 3.07 Mo. B.9 Mobilization/demobilization As Evaluated 1.00 L.s. As Submitted 1.00 L.s. Total Of Part B Part C Earthworks 102 (2) Surplus Common Excavation As Evaluated 96.90 Cu.m. As Submitted 96.90 Cu.m. 104 (2) A Embankment From Borrow (common Soil) As Evaluated 20.00 Cu.m. As Submitted 20.00 Cu.m. Total Of Part C Part D Bridge Construction 401 (2) A Concrete Railing (standard Double) As Evaluated 20.00 M. As Submitted 20.00 M. 404 (1) A Reinforcing Steel (grade 40)-for Bridge As Evaluated 2,838.15 Kg. As Submitted 2,838.15 Kg. 404 (1) B Reinforcing Steel (grade 60)-for Bridge As Evaluated 19,057.05 Kg. As Submitted 19,057.05 Kg. 405 (1) B3 Structural Concrete, Class “a” (27.58 Mpa, 28 Days) As Evaluated 119.75 Cu.m. As Submitted 119.75 Cu.m. 411 (2) Paint (concrete Structure) As Evaluated 54.77 Sq.m. As Submitted 54.77 Sq.m. Total Of Part D Part E Drainage 517 (1) A Drain Pipe (galvanized) As Evaluated 10.20 L.m. As Submitted 10.20 L.m. Total Of Part E ***refer To Program Of Works *** Bidders Should Have Completed, For The Past 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 General Conditions Of Contract. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21-27, 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 Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 28, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 11, 2025 @ 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 11, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Local Government Unit Of Tagudin, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd)marina I. Balicoco Bac Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: January 21-27, 2025
Closing Date11 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.8 K)

Department Of Agriculture Tender

Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Fourteen Million Four Hundred Thousand Pesos (ᵽ 14,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 With Project Identification No.: Itb-2025-12-057. 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. 4 Units Recirculating Dryer I. Design And Performance Type: Batch Type, Recirculating, Stationary Drying Rate: 0.8% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 3% Maximum B. Head Rice, % Decrease: 5% 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 Of 5kw Rated Power Of All Electric Motors Provision Of Built-in Automatic Moisture Meter 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 Of 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 If 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 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 Which 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 (palay) 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: 120 Calendar Days Delivery Place: Laguna, Rizal And Quezon Delivery Of The Goods Is Required Of 120 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). I. 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. Ii. 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 Iii. 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 Twenty-five Thousand Pesos (ᵽ 25,000.00). 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 10:40 Am (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, 10:40 Am (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. 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
Closing Date21 Jan 2025
Tender AmountPHP 14.4 Million (USD 245.8 K)

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
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
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)

Municipality Of Bindoy, Negros Oriental Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For Improvement Of Guardhouse At Magsiko Peak, Atotes The Municipality Of Bindoy, Through The Mun. Supplemental Budget Cy 2024 20% Df Intends To Apply The Sum Of Six Hundred Seventen Thousand Five Hundred Thirty-two & 50/100 Pesos (p 617,532.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Guardhouse At Magsiko Peak, Atotes, Bindoy, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Bindoy Through Its Bids And Awards Committee (bac), Now Invites Bids From Eligible Bidders To Enter Into Contract Based On Award For The Purchase Of Construction Materials On Dec. 26, 2024 - Jan. 20, 2025. Stock No. Items/description Qty Unit 1 Portland Cement Portland Cement Sand Gravel Fine Gravel G.i. Tie Wire #16 16mm Dia. X 6.0m Rebars 12mm Dia. X 6.0m Rebars 10mm Dia. X 6.0m Rebars ¼” Marine Plywood 2”x2”x12’ Coco Lumber (300 Pcs) 2”x3”x12’ Coco Lumber (240 Pcs) 2”x4”x12’ Coco Lumber (240 Pcs) 4” Cw Nails 3” Cw Nails 2-1/2” Cw Nails 1-1/2” Cw Nails Zinc Chromate & Phosphate Epoxy Primer Lacquer Thinner Paint Brush, 1” 145 Bags 2 Sand 13 Cu.m. 3 4” G.i. Pipe X 6.0 Mtr Schedule 20 3 Pcs 4 Hi-rib 0.50mm X 1.090m X 6.30m 6 Pcs 5 Tile Roof 0.50mm X 1.090m X 3.15m 56.70 I.m 6 Tile Roof 0.50mm X 1.090m X 2.15m 6.45 I.m 7 End Flashing 0.50mm X 2.4m 11 I.m 8 6” X 6.0m C-purlins 9 Lgths 9 1.2mm X 3” X 4” X 8ft Rectangular Tube 27 Lgths 10 1.2mm X 2.5” X 2.5” X 8ft Square Tube 27 Lgths 11 Welding Rod 15 Kgs 12 Wire Screen 1 Rolls 13 16mm Dia. X 6.0m Rebars 5 Lgths 14 15 12mm Dia. X 6.0m Rebars 30 Lgths 15 10mm Dia. X 6.0m Rebars 10 Lgths 16 G.i Tie Wire #16 3 Kgs 17 Expansion Bolt 5/8 40 Pcs 18 Tekscrew 2.5” 250 Pcs 19 (0.90m X 2.10m X 1/2 Inch Thk) Single Panel Swing Door With Aluminum Tube Jam And Accessories 2 Units 20 (0.90m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Aluminum Tube Jam And Accesories 2 Units 21 (0.60m X 2.1m X 1/2 Inch Thk) Fixed Wall Glass With Rectangular Aluminum Tube Jam And Accessories 6 Unit 22 (0.60m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 6 Unit 23 (1.0m X 2.1m X 1/2 Inch Thk) Fixed Wall Glass With Rectangular Aluminum Tube Jam And Accessories 3 Unit 24 (1.0m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 3 Unit 25 (1.5m X 2.1m X 1/2 Inch Thk) Partition Sliding Glass With Aluminum Tube Jam And Accessories 4 Unit 26 (1.50m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 4 Unit 27 Fiber Cement Board (hardiflex) 19 Shts 28 Angular Wall (2.4m/length) 20 Lgths Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Dec. 26, 2024 - Jan. 20, 2025 From The Bac Secretariat Upon Payment Of The Applicable Fee For The Bidding Documents, Of One Thousand Pesos Only (p 1,000.00). Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before Dec. 26, 2024 - Jan. 20, 2025 At 1:30pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 20, 2025 At 2:00pm At The Office Of The Municipal Planning And Development Officer. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Municipality Of Bindoy 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. For Further Information, Please Refer To: Roberto L. Amaro Bac Chairman Office Of The Municipal Planning And Development Officer Poblacion, Bindoy, Negros Oriental Mobile Contact Nos. 09274958041
Closing Date20 Jan 2025
Tender AmountPHP 617.5 K (USD 10.5 K)

Municipality Of Kauswagan, Lanao Del Norte Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Item No. Unit Item Description Quantity 1 Pcs Albatros 29 2 Gal Alcohol 68%-72% 1 Gallon 5 3 Bottle Alcohol 68%-72% 500ml 3 4 Pcs Air Freshener Spray 13 5 Bottle Bleach 1l 33 6 Pcs Arch File 3 Inch Long 7 7 Pcs Ballpen (black) 691 8 Pcs Ballpen (blue) 167 9 Pcs Ballpen (red) 38 10 Pcs Ballpen (green) 3 11 Pack Battery Aa 4pcs/pack 34 12 Pack Battery Aaa 4pcs/pack 20 13 Pcs Big Stapler (heavy Duty) 6 14 Box Spring Clip 2inch 6 15 Pcs Binder Spring 2 Inches 15 16 Pcs Binder Spring 1.5 Inches 9 17 Pcs Binder Spring 1 Inch 9 18 Ream Binder Clips 19mm Box 11 19 Pcs Binder Clips 25mm Box 10 20 Pcs Binder Clips 32mm Box 10 21 Pcs Binder Clips 42mm Box 17 22 Box Bond Paper (a4) 214 23 Box Bond Paper (long) 205 24 Box Bond Paper (short) 133 25 Box Bond Paper (legal) 8.5x14 19 26 Ream Bond Paper (a3) 6 27 Ream Box Filer 20 28 Ream Broom 23 29 Pcs Broomstick 15 30 Pcs Broom And Dust Pan Set 4 31 Bottle Brother Black Btd60 8 32 Bottle Brother Cyan Bt5000 7 33 Bottle Brother Magenta Bt5000 10 34 Bottle Brother Yellow Bt5000 7 35 Bottle Brother T700w (black) 2 36 Bottle Brother T700w (yellow) 1 37 Bottle Brother T700w (cyan) 1 38 Bottle Brother T700w (magenta) 1 39 Bottle Brother D60 (black) 5 40 Bottle Brother 5000 (yellow) 2 41 Bottle Brother 5000 (magenta) 2 42 Bottle Brother 5000 (cyan) 2 43 Pack Carbon Paper (permafilm) 10’s 3 44 Set Cartolina (assorted) 10pcs/set 2 45 Pcs Calculator 14 46 Pcs Cleaner, Toilet And Urinal 12 47 Pcs Combo Strip 1 Inch 40 48 Pcs Combo Strips 1.5 Inches 25 49 Pcs Combo Strips 2 Inches 13 50 Set Plastic Rings Comb (8mm) 100’s 41 51 Set Plastic Rings Comb (10mm) 100’s 41 52 Set Plastic Rings Comb (12mm) 100’s 41 53 Set Plastic Rings Comb (14mm) 100’s 41 54 Set Plastic Rings Comb (16mm) 100’s 1 55 Pcs Computer Mouse Wireless 8 56 Pcs Computer Mouse With Wire 2 57 Pcs Computer Keyboard (usb) 5 58 Box Continuous Paper 11x14 Box 2 Ply 2 59 Box Continuous Paper 9 ¾ X 11 ¾ 4 60 Pcs Correction Pen 22 61 Pcs Correction Tape 97 62 Pcs Correction Fluid (brush Type) 63 Pcs Cutter Heavy Duty 3 64 Pcs Desk Organizer 10 65 Pcs Document Tray 2 Tiers 8 66 Pcs Document Tray 3 Tiers 8 67 Pcs Documents Storage Box (large) 10 68 Pcs Duct Tape 15 69 Pcs Dust Pan 15 70 Pack Electrical Tape (big) 24 71 Pcs Engineering Field Book 10 72 Bottle Epson Black T001 15 73 Bottle Epson Cyan T001 12 74 Bottle Epson Magenta T001 12 75 Bottle Epson Yellow T001 12 76 Bottle Epson Black T003 89 77 Bottle Epson Cyan T003 51 78 Bottle Epson Magenta T003 53 79 Bottle Epson Yellow T003 65 80 Bottle Epson Black 664 16 81 Bottle Epson Cyan 664 8 82 Bottle Epson Yellow 664 10 83 Bottle Epson Magenta 664 10 84 Bottle Epson Black 008 2 85 Bottle Epson Cyan 008 2 86 Bottle Epson Yellow 008 2 87 Pcs Envelope Brown Long 113 88 Pcs Envelope Brown Short 146 89 Pcs Envelope Orange 15 90 Pcs Envelope Transparent 15 91 Pcs Envelope White Mailing (long) 984 92 Pcs Expanded Envelope Long 167 93 Pcs Envelope With Handle And Lock Long Plastic 6 94 Pcs External Drive (ssd) 1tb 8 95 Boxes Face Mask 3 96 Pcs Feather Duster 7 97 Pcs Flourescent Tube Light Bulb 3 98 Pcs Brown Folder (long) 307 99 Pcs Brown Folder ( Short) 164 100 Pcs White Folder (long) 455 101 Pcs White Folder (short) 202 102 Pcs Expanded (long) 30 103 Dozen Fabric Conditioner (sachet) 70 104 Pcs Garbage Bin/trash Can 11 105 Packs Garbage Bag (m) 27 106 Packs Garbage Bag (xl) 38 107 Pcs Glue All Purpose 32 108 Pcs Highlighter Pen Blue 9 109 Pcs Highlighter Pen Orange 12 110 Pcs Highlighter Pen Pink 16 111 Pcs Highlighter Pen Violet 5 112 Pcs Highlighter Pen Yellow-green 47 113 Bottle Hp Ink Cartridge 690 (tricolor) 1 114 Bottle Hp Ink Cartridge 680 (black) 1 115 Ream Index Card (5x8) 25 116 Pcs Insecticide 2 117 Rolls Laminating Film 1 118 Pack Laminating Sheets (a4 Size) 3 119 Pcs Led Bulb 10 Watts 39 120 Pcs Led Bulb 15 Watts 17 121 Pcs Long Plastic Envelope With Handle And Lock 15 122 Gal Disinfectant 4 123 Bottle Disinfectant Spray 510g 9 124 Pcs Manila Paper 76 125 Pcs Micro Sd Card 128gb 3 126 Pcs Notebook (regular) 45 127 Ream Paper Payroll A3 2 128 Box Paper Clips (big) 30 129 Box Paper Clips (small) 59 130 Box Plastic Paper Fastener (long) 10 131 Box Plastic Paper Fastener (short) 22 132 Pcs Paper Cutter (b3) 1 133 Pcs Plastic Ring Comb 3 134 Ream Pvc Cover A4 5 135 Ream Pvc Cover Long 3 136 Ream Pvc Cover Short 1 137 Pcs Pen Holder 7 138 Pcs Pencil Lead With Eraser 125 139 Pcs Permanent Marker Fine (black) 61 140 Pcs Permanent Marker Fine (blue) 20 141 Pcs Permanent Marker Fine (red) 4 142 Pcs Permanent Marker Broad (black) 38 143 Pcs Whiteboard Marker (black) 42 144 Pcs Whiteboard Marker (blue) 7 145 Pcs Permanent Marker Refill Ink 2 146 Pcs Whiteboard Marker Refill Ink 2 147 Packs Photo Paper Long 12 148 Packs Photo Paper A4 7 149 Packs Plastic Key Tags 20 150 Pcs Puncher 14 151 Box Push Pin 19 152 Pcs Rain Coat 27 153 Pcs Rain Boots 1 154 Pcs Record Book 200 Leaves 35 155 Pcs Record Book 300 Leaves 11 156 Pcs Record Book 500 Leaves Medium 33 157 Pcs Record Book 500 Leaves Wide 25 158 Box Rubber Bond (big) 5 159 Pcs Rugs 32 160 Set Ruler (transparent) 12pcs/set 11 161 Pack Scissors 8” 33 162 Pcs Scissors Big 6 163 Pcs Sign Pen (black) 178 164 Pcs Pencil Sharpener 9 165 Pcs Pencil Sharpener Mounted 11 166 Sachet Detergent Powder 48 167 Pcs Detergent Bar 33 168 Pcs Dishwashing Soap 7 169 Pcs Dishwashing Paste 40 170 Pcs Dishwashing Liquid 2 171 Pcs Soap Hand (bar) Big 25 172 Pcs Soap Hand (bar) Regular 4 173 Pcs Soap Hand (bar) Small 12 174 Bottle Hand Washing Liquid 18 175 Packs Special Paper A4 120 Gsm 48 176 Packs Special Paper Long 120 Gsm 48 177 Packs Special Paper A4 200 Gsm 20 178 Packs Special Paper Short 200 Gsm 10 179 Packs Special Paper Long 200 Gsm 33 180 Pcs Stamp Pad No. 2 10 181 Pcs Stamp Pad Ink (violet) 7 182 Pcs Stamp Pad Ink ( Black) 1 183 Pcs Stamp Pad Ink (blue) 5 184 Pcs Staedtler Eraser 2 185 Pcs Stamp (received) 3 186 Pcs Stapler With Remover 20 187 Box Staple Wire #35 38 188 Box Staple Wire #35 Copper 33 189 Box Staple Remover (pinch Claw) 23 190 Pcs Staple Gun Tacker 2 191 Pcs Staple Gun Tucker Wire 3 192 Packs Sticker Paper Long 100s 29 193 Packs Sticker Paper Long 100s 29 194 Packs Sticky Notes 3x3 31 195 Packs Sticky Notes 3x2 26 196 Pcs Sticky Notes 3x4 25 197 Pcs Scotch Tape 1 Inch 65 198 Pcs Scotch Tape 2 Inch 19 199 Pcs Masking Tape 24mm 32 200 Pcs Masking Tape 48mm 47 201 Pcs Double Sided Tape 1” 38 202 Pcs Packaging Tape 48mm 24 203 Rolls Steel (10 Mtrs) 2 204 Box Tissue Paper 66 205 Pcs Facial Tissue 13 206 Pcs Table Name Plates 11 207 Pack Tape Dispenser 7 208 Pcs Transparent Index Tab 2 209 Pcs Tornado Mop (360) 15 210 Pcs Usb Flash Drive (32gb) 5 211 Pcs Usb Flash Drive (16gb) 3 212 Pcs Whiteboard Eraser 3 213 Pcs Wifi Adapter 3 214 Pcs Window Glass Cleaner 10 215 Pcs Glass Cleaner Spray 3 216 Pcs Wireless Keyboard And Mouse 3 217 Pcs Yellow Paper 15 218 Pcs Long Expanded Plastic Envelope 12 219 Pcs Pail (big) 3 220 Pcs Dipper (big) 4 221 Pcs White Board 1 222 Pcs External Drive (ssd) 2tb 1 223 Pcs Ups 2 224 Pcs Computer Mouse Usb W/ Wire 1 225 Pcs Pen Organizer 2 226 Pcs Steel Grinding Disc 4” 4 227 Kl Cwn 3” 5 228 Kl Cwn 4” 5 229 Kl Tie Wire 6 230 Gal Enamel Paint (black) 2 231 Gal Red Lead 2 232 Pcs Paint Brush 2” 5 233 Pcs Cutting Disc 6 234 Set Welding Gloves 1 235 Box Welding Rod 6011 1 236 Set Safety Gloves 15 237 Pcs Mop 8 238 Unit Comb Binding Machine 1 239 Pcs Drum Kit Mb760/mb770 2 240 Pcs Cover Pan With Broom 1 241 Pcs Date Stamp Received 1
Closing Date24 Jan 2025
Tender AmountPHP 984 K (USD 16.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103. this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out. sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Project Is Being Solicited Under Affars Mp5332.7. Notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. this Is A Pre-solicitation Notice To Pending Solicitation: Fa441725r0004. repair Interior Renovation Of Bldg 90131. The Renovated Space Is To Provide Office And Work Space For The 2nd Special Operations Facility. Work Includes: Sitework: Provide New Concrete Sidewalk On South Side Of Building, And Bollards At The The Exterior Stairs. Structural: New Second-floor Mezzanine And Stairs At The Western Half Of Bldg 90131. Constructed Of Structural Steel Beams/purlins, Structural Steel Columns, And A Composite Floor System Consisting Of Normal Weight Concrete On Metal Deck. The Steel Columns Will Require New Shallow Foundations. Replacement Of The Slab-on-grade At The Foundations Will Consist Of 5-inch-thick Minimum Reinforced Concrete. Architectural: Demolition Includes Complete Demolition Of Existing Toilet Rooms, Central 2-story Office Pylon, Trolley Hoist System Including Beams And Columns And Some Slab Demolition. New Work Includes Work On The First Floor Additional Restrooms, Briefing Room, Break Room, Open Office Area, Private Offices, Fitness Room, Personnel Lockers, And 2 Resting/bunk Rooms. Interior Finish Systems Include Suspended Acoustical Tile Ceilings, Painted Gypsum Board On Metal Studs, New Break Room Casework, And New Toilet Rooms With Showers. Interior Design: Include Interior Finishes Consist Of No-wax, Luxury Vinyl Tile Flooring; Modular Carpet Tile In The Open Office, Admin And Rest Areas; Thermoset Rubber Wall Base; Porcelain Tile Floors And Walls In The Locker And Restrooms; Ceilings Are Open To Structure Or Suspended Acoustical Tiles; Signage Shall Be Modular, Acrylic With Printed Paper Inserts. This Acquisition Will Be Set-aside For Small Business Offerors Only. The North American Industry Classification System (naics) Code For This Project Is 236220 With A Size Standard Of $45m. This Contract Will Be Awarded In Accordance With Far Part 15, Negotiated Procedures. The Government Reserves The Right To Award A Contract To Other Than The Low Proposed Price. Performance Period Is 730 Calendar Days. The Contract Will Be A Single Award, Firm-fixed-price Type Contract. Estimated Magnitude For The Total Project Is Between $5,000,000 And $10,000,000. Bid Bonds Will Be Required With The Proposal. Payment And Performance Bonds Will Be Required Within Ten (10) Days Of Contract Award. The Work Is Required In Support Of The 1st Special Operations Civil Engineer Squadron. The Issuance Date For This Solicitation Is Projected To Be On/about 02 Dec 2024. Prospective Contractors Must Be Registered In The System For Award Management (sam) Database Prior To Award Of A Government Contract. Offerors Are Further Advised That Failure To Register In The Sam Database Will Render Your Firm Ineligible For Award. Registration Requires Applicants To Have A Duns Number. Recommend Registering Immediately In Order To Be Eligible For Timely Award. This Solicitation Will Be Available Only Via The Internet At The Following Address: Https://sam.gov. For Information On How To Register Your Company, To View Or Receive Updates And Notifications To The Solicitation, Please Reference The "about Contract Opportunities" Link On The Sam Web Site Home Page. no Paper Copies Of The Solicitation Will Be Furnished And Electronic Submission Of Proposals Is Anticipated For This Requirement.
Closing Date16 Jan 2025
Tender AmountRefer Documents 
9251-9260 of 9651 archived Tenders