Painting Tenders

Painting Tenders

Staatliches Bauamt W Rzburg Tender

Germany
Closing Date18 Oct 2024
Tender AmountRefer Documents 
Details: Scaffolding Work; Demolition Work; Shell Construction Work; Masonry And Concrete Work; Roofing Slate Roof; Roof Waterproofing Work; Plumbing; Drywall Work Walls And Ceilings; Metal Construction Gates, Windows And Doors; Screed Work; Floor Covering And Coating Work; Natural Stone Work; Tiling Work; Interior Plastering Work; Painting Work; Carpentry Of Doors And Fixed Fixtures; Thermal Insulation Work; Locking System; Signage; Final Construction Cleaning; Water And Wastewater Installations; Heat Supply Systems; Air Conditioning Systems; Building Automation; Insulation On Technical Systems; Low And Medium Voltage Installations; Lighting For Outdoor Areas; Lightning Protection And Grounding Installations; High-voltage Systems; Telecommunications And Information Technology Systems Such As Bma, Ela, Media Technology, Computer Active Components, Access Control Systems; Civil Engineering Work And Construction Work For Outdoor Facilities Such As Terrain, Paved Areas; Landscape Gardening Work. The Services Are Mainly Advertised And Awarded As Individual Lots. The Construction Project Is Divided Into Several Construction Phases. Construction Phase 1 Has Already Begun. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No

Caraga Regional Hospital Tender

Philippines
Closing Date8 Oct 2024
Tender AmountPHP 1.6 Million (USD 29.9 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-10-08 (72) Supply And Delivery Of Service Vehicle Van Abc: Php 1,676,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2024 And As Per Authority To Purchase Motor Vehicle (apvm) No. Dbm-roxiii-2024-004 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Six Hundred Seventy Six Thousand Pesos Only ( Php 1,676,000.00) As To Payment Under The Contract For Supply And Delivery Of Service Van Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. This Project Shall Be Completed Within 45 Calendar Days From Receipt Of Notice To Proceed And To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Service Vehicle Van 1 Lot 1,676,000.00 1,676,000.00 Technical Specifications Description Van Type, A Large Four-wheel Enclosed Vehicle For Conveying Passengers And/or Hauling Cargo, Traditionally Having Four (4) Doors (two Side Doors For The Driver And Front Passengers, One (1) Or Two (2) Passenger Side Sliding Doors, And A Tailgate. It Has Several Rows Of Folding Or Removable Seats Behind The Front Passenger Seat. It Has No Luggage Compartment But An Expandable Area At The Rear Which Can Be Used For Luggage, Cargoes, Etc. It Must Be Brand New. Engine Type 4 Cylinder, In-line Dohc 16 Valve Turbocharge With Intercooler Displacement (l) 2.4 - 3.0 L Compression Ratio 15:1 Or Higher Fuel Diesel, Euro 4 Fuel System Common Rail, Direct Injection / Electronic Fuel Injection Or Equivalent Transmission Manual Transmission ( Minimum 5 Speed) Steering Power Assist, Steering Rack Suspension, Front Wishbone & Coil Spring With Stabilizer Suspension, Rear Leaf Spring With Telescopic Shock Absorbers Brakes Ventilated Disk Front And Drum Type On Rear Or All Disk Brakes With Abs Wheels 15 Or 16 Inch Alloy Wheels. Safety Driver And Front Passenger Is Equipped With Emergency Locking Retractor 3 Point Seatbelt And Airbag. Rear Passenger Equipped With 3 Pt Emergency Locking Retractor Seatbelts. Accessories 1. Dual Air-conditioned. 2. Power Window. 3. 12 Volts Power Outlet. 4. Early Warning Devices. 5. Front And Rear Camera With Recording. 6. Front Touchscreen Console 7. Reserve Tire, Same Size With The Other Four 8. Hydraulic Jack (alligator Type) And Tire Wrench. 9. Operation Manual Body Paint Color White Other Requirements 1. Supplier Must Have Service Center Located In Mindanao Area. 2. Free Lto Registration And Comprehensive Insurance. Compliance To Denr Emission Standard. 3. Supplier Must Be An Authorized Motor Vehicle Dealer / Distributor With Service Center Availability Within Mindanao Area. 4. Installation Of Decals Like Crh Logo, And The Work “for Official Use Only” Warranty 1 Year Warranty On Parts And Labor Delivery Terms 45 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Validity Of The Contract : Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted And Commissioned; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Other Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Above-entitled Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi (schedule Of Requirements) Of The Bidding Documents. Bidders Should Have Completed Within The Period Of Five (5) Years From The Opening Of Bids. 3. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work On Provision Of Motor Vehicles Or Service Vehicle Van. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 07, 2024 To October 08, 2024 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference September 24, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84464674683?pwd=zcutb3sneta8cubim8ncuin381qwju.1 Meeting Id: 844 6467 4683 Passcode: 657616 Deadline Of Submission Of Bids October 08, 2024 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Opening Of Bids October 08, 2024 Via Zoom Platform. Link: Join Zoom Meeting Https://us06web.zoom.us/j/88338117991?pwd=tdbw4evwb173wzsadjlwtikapaujlo.1 Meeting Id: 883 3811 7991 Passcode: 471553 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1dlfftzopgxudnio8yxi-db-5ia3rmz15?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 7. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 8. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before October 08, 2024 At 10:00 O’clock In The Morning. 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 October 08, 2024 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 9. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 10. The Crh 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. 11. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee

City Of Bais Tender

Philippines
Closing Date15 Oct 2024
Tender AmountPHP 1.9 Million (USD 34.6 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Installation Of Street Lighting System C. Along Lapaz-cabanlutan Road (new Public Cemetery), Barangay Lapaz, Bais City, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 607-24 Php 1,937,500.00 1 1 Set Panel Board, Mouled Circuit Breaker, Center Main, 2 Pole 100a Main, 10 Branches, Bolt On, Metal Enclosure With Lock 10-15a 2 1 Set Panel Board, Mouled Circuit Breaker, Center Main, 2 Pole 100a Main, 10 Branches, Bolt On, Metal Enclosure With Lock 2-15a 3 150 M Copper Wire No. # 2 Tw Awg (30.0mm²) 4 500 M Copper Wire No. # 8 Tw Awg (14.0mm²) 5 1500 M Copper Wire No. # 10 Tw Awg (5.5mm²) 6 3300 M Copper Wire No. # 12 Tw Awg (3.5mm²) 7 1000 Lgth Upvc Conduit Electrical Pipe, 3/4"ø X 10 Ft 8 100 Pcs. Square Box, 4" X 4" 9 20 Pcs. Pull Box, 8" X 8" 10 30 Rolls Electrical Tapes, Fire Retardant, Big Roll 11 24 Pcs. Led, Flood Lighting Luminaire, 200w, 180-265v, 16840 Lumens 25000 Life Hours 12 13 Units Steel Tapered Lamp Post, Zinc Electroplated Coating W/red Lead And Aluminum Paint, 25 Ft. Length (4" Bottom X 2" Top) Includes Base Plate (10" X 10") W/ Anchor Bolt (3/4" X 18") Nuts And Washer. Amco, T-4-25 13 50 Units Askit Lamp With Steel Tapered Pole, Askit Bracket And Pedestal Base Specification: 2 Pcs. Amglobe 12" Diameter, Half Clear Diffuser 2 Pcs. 12 Watts Led Bulbs 2 Pcs. Askit Bracket 1 Pc. Steel Tapered Lamp Post, T-4-10 1 Pc. Steel Pedestal Post Base, B-6-12 14 5 Lgth Angle Bar, 2" X 2", 4mm Thick 15 50 Ltrs. G.i. Tie Wire, No. 16 16 100 Bags Portland Cement 17 5 Cu.m. Sand 18 10 Cu.m. Gravel 19 25 Lgth Def. Bar 10mm Ø X 6.0m The Approved Budget For The Contract Is To Be Taken From 20% Devt. Fund 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On October 1, 2024, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On October 15, 2024 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. (sgd.)atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee

DEPT OF THE NAVY USA Tender

United States
Closing Date11 Oct 2024
Tender AmountRefer Documents 
Details: N0016424snc28 - Request For Information (rfi)/sources Sought (ss) – Construction Mac – Fsc/psc Z1hb – Naics 2362 issue Date: 27 September 2024 Closing Date: 11 October 2024 note: This Is Not A Solicitation For Proposals. This Is An Rfi/ss Only. This Rfi/ss Is For Planning And Informational Purposes Only And Shall Not Be Considered As A Request For Proposal (rfp) Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Government Will Not Be Responsible For Any Costs Incurred In Responding To This Rfi/ss Or Furnishing The Requested Information. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of A Contractor’s Submission Of Responses To This Rfi/ss Or The Government’s Use Of Such Information. The Government Reserves The Right To Reject, In Whole Or In Part, Any Contractor’s Input Resulting From This Rfi/ss. No Contract Will Be Awarded From This Announcement. Pursuant To Federal Acquisition Regulations (far) 15.201(e), Responses To This Rfi/ss Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Information Provided In This Rfi/ss Is Subject To Change And Is Not Binding On The Government. Fsc/psc Codes Anticipated Include: construction Macc Pscs Y1 – Construction y1aa y1ab y1az y1bc y1bf y1bg y1db y1ea y1eb y1ec y1ed y1ee y1ez y1fb y1fc y1fd y1fz y1ga y1gc y1gd y1gz y1ha y1hb y1hc y1hz y1jb y1jz y1nc y1nd y1ne y1nz y1pa y1pc y1pd y1pz y1qa construction Macc Pscs Z1 – Maintenance z1aa z1ab z1az z1bc z1bf z1bg z1db z1ea z1eb z1ec z1ed z1ee z1ez z1fb z1fc z1fd z1fz z1ga z1gc z1gd z1gz z1ha z1hb z1hc z1hz z1jb z1jz z1nc z1nd z1ne z1nz z1pa z1pc z1pd z1pz z1qa construction Macc Pscs Z2 – Repair Or Alteration z2aa z2ab z2az z2bc z2bf z2bg z2db z2ea z2eb z2ec z2ed z2ee z2ez z2fb z2fc z2fd z2fz z2ga z2gc z2gd z2gz z2ha z2hb z2hc z2hz z2jb z2jz z2nc z2nd z2ne z2nz z2pa z2pc z2pd z2pz z2qa the Naval Surface Warfare Center, Crane Division (nswc Crane) Is Conducting Market Research To Gain Information To Determine Current Market Conditions And Size Standards For The Market Regarding Management, Labor, Material, Equipment, Transportation, Supervision, And Environmental And Quality Controls, To Accomplish Simultaneous Maintenance, Sustainment, Upgrades, Remodeling And Minor Construction Projects At The Following Locations: Nswc Crane And Lake Glendora Test Facility. purpose: this Rfi/ss Constitutes Market Research In Accordance With Far Part 10 And Is Not An Rfp. Nswc Crane Is Issuing This Rfi/ss To Identify Potential Vendors With Proven Capabilities To Perform Simultaneous Maintenance, Sustainment, Upgrades, Remodeling And Minor Construction Projects At The Following Locations: Nswc Crane; Lake Glendora Test Facility. The Government Is Seeking Information To Determine An Acceptable And Appropriate Acquisition Strategy To Meet Both Regulations And Timely Facility Requirements. both Large And Small Businesses Currently Possessing, Or In Process Of Acquiring, Joint Certification Program (jcp) Certification Are Encouraged To Respond. requirements: nswc Crane Requirements Are In Support Of Standard Maintenance, Sustainment, Upgrades, Remodeling And Unspecified Minor Construction. Additionally, Scope Items May Include But Not Be Limited To; Field Surveying Of Sites To Document Existing Conditions (e.g. Utilities, Grading, Sidewalks, Etc.), And Mapping Of New Site Conditions Required To Update Gis (graphic Information System); Geo Technical Sampling/boring At Potential Work Sites; Analyzing The Samples And Providing Test Reports To The Government In Determining Soil-bearing Capacity Of A Given Site, Or If Any Contaminates Are Found; Sampling And Testing Of Potential Existing Hazardous Construction Materials (e.g. Lead Paint, Flooring Mastic, Pipe Insulation, Etc.) And Providing Test Reports To The Government Documenting Materials Sampled; Performing And Providing Engineering Analysis And Evaluations To Determine The Structural Or Electrical Capacity To Support Mission Equipment; Providing Energy Computations For Infrastructure Solutions Including: Energy Or Thermal Performance Of Wall And Roof Systems, Projecting Energy Performance Of New Systems (e.g. New Boiler, Ahu, Hot Water Heater, Etc.). work Performed Under This Contract Will Be Of Varying Complexities, And Require Multiple Disciplines Working Simultaneously To Include Coordination With Architect-engineer Contractors As Necessary. All Such Work Shall Be Accomplished In Strict Accordance With All Applicable Navy And Local Instructions, Processes, And Procedures And Applicable Building And Life Safety Code Requirements. the Maintenance, Sustainment, Upgrades, Remodeling And Minor Construction Efforts May Be Executed At Nswc Crane; Crane, Indiana Or Lake Glendora Test Facility; New Lebanon, Indiana. the Contractor Will Be Responsible To Provide All Management, Labor, Material, Equipment, Transportation, Supervision, And Environmental And Quality Controls Related To Performing A Maximum Of Four (4) Simultaneous Maintenance, Sustainment, Upgrades, Remodeling And Minor Construction Projects In Accordance With Government Provided Technical Data Package. the Contractor Shall Provide All Necessary Resources Including Material Incidental To The Installation, And/or Installing Activity Furnished (iaf) Material. Material Requirements And Specifications, Along With Government Furnished Material/government Furnished Information/government Furnished Equipment And Iaf, Will Be Specified And Provided Per Individual Task Order. please See The Attached Statement Of Work (sow) For Additional Details Regarding Scope Of This Future Contract. requested Information: respondents Who Are Interested Are Requested Provide A Capability Statement That Identifies The Successful Performance Of Maintenance, Sustainment, Upgrades, Remodeling And Minor Construction Efforts That Have Been Completed Within A Five (5) Year Timeframe Of The Posting Date Of This Rfi. Furthermore, The Prior Performance Should The State In Which The Tasking Was Performed. contractors Must Be Properly Registered In The System For Award Management (sam.gov). Offerors May Obtain Information On Sam.gov Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://sam.gov. The Technical Data Package May Contain Information That Is Export Controlled. Only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export Controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. Additional Information About Jcp Is Available At Https://www.dla.mil/hq/logisticsoperations/services/jcp/. responses: vendors Possessing The Requisite Skills, Resources, And Capabilities Necessary To Perform The Stated Requirements Are Invited To Respond To This Rfi Via A Submission Of An Executive Summary On 8 ½ X 11 In Paper, No More Than Fifteen (15) Pages In Length, Using 12-point Times New Roman Font. All Responses Must Include The Following Information: name And Address Of Company name, Telephone, Fax Number, And E-mail Address Of Point Of Contact For Contracts cage Code And Sam Uei business Size (under Naics 2362) announcement Number: N0016424snc28 name, Telephone, And Email Address Of Point Of Contact For Facility Security Officer. Please See Nispom 32 Cfr 117 For Information Regarding Fso Requirements. jcp Certification Number, Jcp Status, Jcp Expiration Date – If Currently Working To Acquire Jcp Certification, Please Provide A Brief Explanation Of Your Firm’s Progress Towards Certification. please Be Advised That Proprietary Information Must Be Marked As Such On A Page-by-page And Paragraph-by-paragraph Basis. The Government Will Not Assume That The Information Provided By A Respondent Is Proprietary Unless It Is Conspicuously Marked On This Basis. Moreover, The Government Does Not Assume Duty To Contact A Respondent And Inquire Whether Unmarked Information Submitted In Response To This Rfi/ss Is Proprietary. All Information Marked Proprietary Will Be Safeguarded. the Government Is Only Seeking Sources/information For Market Research To Determine Market Interest And To Identify Sources And Capabilities Of Sources For Future Solicitations To Best Meet The Government’s Requirements. Acknowledgement Of Receipt Will Not Be Made, Nor Will Respondents Be Notified Of Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information This Is Business Sensitive. Submittals Will Not Be Returned To The Sender. Availability Of A Formal Solicitation Will Be Announced Separately. It Is The Contractor’s Responsibility To Check Sam.gov To Receive Additional Data, Such As Any Changes That Occur Before The Closing Date. Your Interest In This Response Is Appreciated. respondents Will Not Be Notified Of The Results Of This Sources Sought Notice. The Information Obtained From Submitted Responses May Be Used In Development Of An Acquisition Strategy And Future Solicitation. The Government May Contact Rfi Respondents Requesting Additional Information And Modeling Information To Substantiate Modeling Capabilities. When/if The Government Issues An Rfp, Interested Parties Will Be Expected To Thoroughly Address The Requirements Thereof Regardless Of The Circumstances Surrounding This Sources Sought. Do Not Submit Classified Information To The Below Email Address. If A Potential Respondent Believes Submission Of Classified Material Is Necessary Or Will Provide A Higher Quality Response, Please Contact The Below Poc To Request Instructions For Submission. please Submit Executive Summaries/statement Of Capabilities By 11 October 2024 At 1200 Eastern Time To Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil, By Email Only. questions: questions Or Comments Regarding This Notice May Be Addressed To Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil, By Email Only. Telephone Calls/questions Or Inquiries Will Not Be Accepted. No Questions Will Be Accepted After 4 October 2024 At 1200 Eastern Time. Please Reference N0016424snc28 In The Subject Line Of All E-mails. The Government Intends To Respond To As Many Questions As Practicable And Will Respond To Questions Via An Amendment To This Rfi Posted To Sam.gov So That All Interested Parties Will Benefit From The Same Information. reference Announcement Number N0016424snc28 In The Subject Line Of E-mails And In All Correspondence And Communications Related To This Effort.

DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO, ILOILO Tender

Philippines
Closing Date7 Oct 2024
Tender AmountPHP 1.1 Million (USD 19.8 K)
Details: Description Lot 1 Office Supplies Penro Iloilo-msd 1 Bond Paper Long Subs 20 Reams 100 2 Bond Paper Short Subs 20 Reams 80 3 Bond Paper A4 Subs 20 Reams 10 4 Binder Clips Small Box 20 5 Binder Clips Big Box 20 6 Certificate Holder Short Pcs 10 7 Expanded Folder Long Pcs 100 8 Extension Cord (5 Female Plugs) Pcs 3 9 File Box With Cover (red) Pcs 15 10 File Box With Cover (blue) Pcs 15 11 Folder Long Ordinary Pcs 300 12 Gel Pen (.5) Black Pcs 50 13 Mailing Envelop Long Pcs 200 14 Paper Clip Small Box 20 15 Paper Clip Big Box 20 16 Rubber Band Big Box 2 17 Special Paper Off White Short Pack 10 18 Sign Pen (1) V10 Grip Pcs 20 19 Tape, Double Sided, 1" Roll 10 20 Tape, Transparent, 1/2 Roll 10 21 Tape, Transparent, 1" Roll 10 22 Tape, Transparent, 2" Roll 10 Sub-total Penro Iloilo-tsd 23 Roller Ballpen Black 0.4) Pcs. 15 24 Roller Ballpen Black 0.5) Pcs. 15 25 240 Sheet Capacity Heavy Duty Stapler Pcs. 2 26 Bond Paper A4 Pcs. 5 27 Bond Paper Long, Substance 20 Ream 50 28 Bond Paper Short, Substance 20 Ream 60 29 Calculator, 12 Digits, Green; With Mark Up And Reverse Functions; Dimensions: 145x100x33.5mm; Pcs. 7 30 Certificate Frame With Glass Cover (8.5 X 11 ), Black Frame Pcs 10 31 Certificate Frame With Glass Cover (8.5 X 13 ), Black Frame Pcs. 10 32 Certificate Holder (8.5"x11") Pcs. 20 33 Certificate Holder (8.5"x14") Pcs. 20 34 Desk File Organizer Document Paper Tray Magazine Case 4 Layers (steel) Pcs. 4 35 Expanding Folder Long (green) Pcs. 200 36 Heavy Duty Iron Puncher Pcs. 4 37 Retractable Ballpen, 0.5 (black) Box 2 38 Retractable Ballpen, 0.5 (black) Box 2 39 Sign Pen 0.7 (black) Pcs. 15 40 Specialty Paper (color: Brilliant White, Gsm185) Pack 7 41 Specialty Paper (color: Soft Green, Gsm185) Pack 7 42 Staple Wire ( Size-23/24 Mm) Box 1 43 Staple Wire Remover, Plier Type Pcs. 3 44 Sticky Note 3x3 Inch; 100 Sheets Pads 25 45 Sticky Note Flags (sign Here) Pack 30 46 Typewriter Ribbon Pcs. 4 47 Utility Knife Cutter (18mm) Pcs. 2 48 Vellum Board Pale Cream(8.5"x11") Pack 10 49 Vellum Board Pale Cream(8.5"x13") Pack 10 50 White Long Folder Pcs. 200 51 White Short Folder Pcs. 100 Sub-total Cenro Barotac Nuevo 52 Ballpen (black) Box 3 53 Bond Paper (short) Ream 70 54 Bond Paper (long) Ream 31 55 Bond Paper (a4) Ream 5 56 Binder Clip (1'') Box 1 57 Binder Clip (1/2'') Box 1 58 Binder Clip (3/4'') Box 21 59 Binder Clip (2'') Box 1 60 Calculator (12 Digits) Pcs 1 61 Correction Tape Pcs 1 62 Documentary Stamp Pad (big, Blue) Pcs 1 63 Documentary Stamp Ink (blue) Bottle 1 64 Folder (ordinary, Long) Pcs. 25 65 Folder (ordinary, Short) Pcs. 12 66 Filing Box With Cover (big) Pcs. 2 67 Glue (40 Ml) Bottle 3 68 Highlighter (assorted Color) Pcs 5 69 Paper Fastener Box 10 70 Metal Fastener Box 2 71 Record Book (500 Pages) Pcs 2 72 Sign Pen ( Gel, 0.5 Mm) Box 1 73 Specialty Paper Pack 2 74 Stapler Wire (#35) Box 3 75 Sticky Notes (12x7.5 Mm) Pads 2 76 Survey Envelope (long) Pcs 55 Sub-total Cenro Guimbal 77 Ballpen Black, 10s Per Box Box 3 78 Binder Clips 1" Box 2 79 Binder Clips 1.5/8" Box 2 80 Binder Clips 2" Box 2 81 Board Paper (200gsm) Long Pack 3 82 Board Paper (200gsm) Short Pack 3 83 Bond Paper A4 Subs 20 Ream 5 84 Bond Paper Short Subs 20 Ream 75 85 Correction Tape Piece 20 86 Cutter Durable Piece 2 87 Double Sided Tape Piece 1 88 Folder Long White Piece 50 89 Folder Short White Piece 50 90 Glue Big Bottle 1 91 Highlighter ( Green) Piece 4 92 Masking Tape 1" Roll 2 93 Packing Tape Color Brown 2" Roll 2 94 Paper Clip Big Box 7 95 Paper Fastener Plastic Box 2 96 Pencil Box 1 97 Pentel Pen Black Permanent Box 1 98 Pentel Pen Red Permanent Box 1 99 Photo Paper Glossy 10's Short Pack 5 100 Plastic Envelope/long Organizer Piece 2 101 Puncher Piece 1 102 Ruler Durable Piece 2 103 Scotch Tape, 1" Piece 6 104 Sign Pen 0.3 Black Box 1 105 Sign Pen V-10 Black Piece 20 106 Sign Pen V-10 Blue Piece 10 107 Sign Pen 0.5 Black Box 4 108 Staple Wire No. 35 Box 2 109 Stapler W/ Remover Heavy Duty Piece 1 110 Sticky Notes 3 X 3 Pad 2 Sub-total Cenro Sara 111 Binder Clip Big Bxs 10 112 Binder Clip Medium Bxs 20 113 Binder Clip Small Bxs 20 114 Board Paper Packs 20 115 Bond Paper A4 Rms 10 116 Bond Paper Short Rms 50 117 Bond Paper Long Rms 50 118 Brown Envelope Long Pcs 50 119 Chipboard #20 Pcs 20 120 Duct Tape 2" Roll 5 121 Expanded Folder Long Green Bxs 50 122 Filing Box W/ Cover Pcs 10 123 Folder Long White Pcs 200 124 Glue Big Pcs 10 125 Logbook 300pp Pcs 10 126 Mailing Envelope Long White Box 2 127 Masking Tape 1" Pcs 8 128 Mylar 17 X 21. 100 Microns Pcs 15 129 Notebook (steno} Pcs 20 130 Packing Tape 2" Transparent Roll 15 131 Paper Clip Big Bxs 20 132 Paper Clip Small Bxs 20 133 Paper Fastener Long Plastic Bxs 2 134 Paste Btl 5 135 Plastic Envelope Long Pcs 50 136 Plastic Envelope Long, Expanded W/ Handle Pcs 10 137 Pvc Cover Long, 100pcs Pack 1 138 Pvc Cover Short, 100pcs Pack 1 139 Rubber Band Big Bxs 2 140 Scotch Tape 1" Roll 15 141 Scotch Tape 2" Roll 15 142 Sign Pen Retractable Quick Dry 0.5 Pcs 15 143 Sign Pen 0.5 Black &blue Pcs 20 144 Sign Pen V 1.0 Pcs 15 145 Special Paper Long Pack 10 146 Special Paper Short Ivory Pack 10 147 Stamping Pad Ink Blue & Violet Btl 4 148 Staple Wire # 35 Bxs 10 149 Sticky Notes 3x3 Pcs 7 150 Tracing Paper 80/85, 8.5 X 13, 100gsm Roll 1 Sub-total 3259 Grand Total Other Supplies And Materials Penro Iloilo-msd 1 Air Freshener Lemon 280 Ml Can 3 2 Bathroom Deodorizer Pcs 4 3 Battery, Size Aaa 4 Pcs Blstr 2 4 Disinfectant Spray Btls 3 5 Dust Pan Big Pcs 2 6 Insect Repellant 500 Ml Btls 3 7 Mop, Floor With Handle(tornado Mop) Pcs 1 8 Rag, All Cotton, 32 Pcs/ Bundle Bundle 1 9 Sack Big For Garbage Pcs 20 10 Soft Broom Pcs 2 11 Tissue Paper 3ply Pcs 25 12 Toilet Bowl Brush Pcs 2 Sub-total Penro Iloilo-tsd 13 Alcohol 70% With Moisturizer 500ml Btls 25 14 Bulb, 15w, Led Pcs. 10 15 Coffee Mug Pcs. 12 16 Cooking Pot (kaldero) (27.5cm X 17cm) Pc 1 17 Cooking Pot (kaldero) (31.5cm X 21cm) Pc 1 18 Dishwashing Liquid (1l) Btls 25 19 Double Sided Tape 5m Adhesive Transparent Sided Tape No Trace Waterproof Adhesive Magic Tapes Roll 5 20 Duct Tape Roll 4 21 Extension Cord With Individual Switch; 6-gang (bps Certified Product Quality Q-1558); 6 Feet Long Pcs. 3 22 Frying Pan Thick Kawali (42cm X 15cm) Pc 1 23 Insect Repellant Btls 25 24 Layers Kitchen Rack Dustproof Storage Cabinet Carbon Steel Multi-function Rack Enclosed Rack Pcs. 1 25 Paper Cups (25's) Pack 5 26 Paper Plates (50's) Pack 5 27 Pet Carrier Cage 48*32*30 Pcs. 1 28 Pet Carrier Cage 58*38*38 Pcs. 2 29 Pet Carrier Cage 66*53*48 Pcs. 1 30 Plastic Storage Box 95l Pcs. 4 31 Storage Box (75ml) Pcs. 4 32 Tissue Paper 3 Ply Pcs 140 Sub-total Cenro Barotac Nuevo 33 Air Freshener (spray, 215g,orange) Pcs 13 34 Air Freshener Humidifier With Scent Oil Pcs 5 35 Alcohol (500 Mb208:e234l) Bottle 35 36 Bathroom Deodorizer Pcs 8 37 Battery (aa) Pcs 19 38 Battery (aaa) Pcs 5 39 Bleach Gal. 7 40 Detergent Powder (sachet) Doz 24 41 Dishwashing Liquid (250 Ml) Pcs 4 42 Drinking Cups (fiberglass, Transparent) Pcs 12 43 Dust Pan (heavy Duty) Pcs 2 44 Electric Circular Saw Pcs 1 45 Extension Cord (10 Meters - 4 Gang) Pcs 3 46 Fabric Conditioner (sachet) Doz 10 47 Glass Cleaner (500 Ml) Bottle 4 48 Insect Repellent (300 Ml, Odorless) Bottle 4 49 Latex Paint (asian Green) Gal. 4 50 Light Bulb (13 Watts) Pcs 36 51 Paint Thinner Bottle 10 52 Pitcher (1500 Ml, Transparent, Fiberglass) Pcs 1 53 Pry Bag (50"x30") Pcs 160 54 Soft Broom Pcs 2 55 Tissue Paper Roll 20 56 Toilet Bowl Cleaner (500 Ml) Pcs. 4 57 Toilet Flush Set Fittings Pcs 5 58 Trash Bag 10s (xl, Black) Roll 2 59 Walis Ting-ting (hibyok) Pcs. 5 60 Wall Urinal Bowl Unit 3 61 Welcome Doormat Pvc Mat (anti Slip, 35x55cm) Pcs 5 Sub-total Cenro Guimbal 62 Air Freshener Lemon Bottle 1 63 Alcohol 70% Solution Gallon 2 64 Broom Soft Piece 2 65 Dishwashing Liquid Liter 2 66 Dishwashing Sponge Piece 10 67 Disinfectant Gal 2 68 Disposable Paper Cups Doz 10 69 Disposable Paper Plates Doz 10 70 Disposable Plastic Cups 25s Pack 6 71 Insect Spray 500ml Odorless Bottle 1 72 Liquid Sosa 500ml Liter 1 73 Rain Coat Terno Pack 10 74 Spin Mop Piece 1 75 Tissue Paper 3 Ply Piece 12 Sub-total Cenro Sara 76 Air Freshener Car Gel Can 6 77 Detergent Powder Kls 5 78 Dishwashing Paste Big Pcs 5 79 Disinfectant Gal 5 80 Fabric Conditioner Ltrs 5 81 Mega Box 155l Pcs 3 82 Tissue Paper 3 Ply Pcs 50 83 Trapal (original) 9" X 18" Pc 1 Sub-total 906 Grand-total Semi-expendable Office Equipment Penro Iloilo-msd 1 Water Dispenser With ( Hot, Cold, Normal) Unit 1 Sub-total Penro Iloilo-tsd 2 Coffee Maker, 900 Watts, 12 Cups, Lcd Time Display, Thermo Glass Carafe With Aroma-tech Contol Pcs. 1 3 Paper Cutter Metal Base (a3) Heavy Duty High Quality Paper Trimmer Pc 1 Sub-total Cenro Barotac Nuevo 4 Stand Fan Unit 2 5 Wall Fan Unit 3 Sub-total Cenro Guimbal 6 Portable Photo Copier Unit 1 Sub-total 9 Grand-total Lot 2 Ict Supplies Penro Iloilo-msd 1 Epson Ink 003 Black Btl 25 2 Epson Ink 003 Cyan Btl 10 3 Epson Ink 003 Magenta Btl 10 4 Epson Ink 003 Yellow Btl 12 5 External Hardrive 1tb Pcs 2 6 Keyboard Pcs 3 7 Powerbank 10000 Mah Pcs 2 Sub-total Penro Iloilo-tsd 8 Audio Recording Device (1160 Hours Loseless Ard Mp3 Player 32gb Digital Voice Recorder) Unit 1 9 Brother Ink Bt 6000 Black Btl 3 10 Brother Ink Bt 6000 Cyan Btl 2 11 Brother Ink Bt 6000 Magenta Btl 2 12 Brother Ink Bt 6000 Yellow Btl 2 13 Epson Ink 003 Black Btl 3 14 Epson Ink 003 Cyan Btl 3 15 Epson Ink 003 Magenta Btl 3 16 Epson Ink 003 Yellow Btl 3 17 Hp Gt53 Ink (black) Btl 2 18 Hp Gt53 Ink (cyan) Btl 2 19 Hp Gt53 Ink (magenta) Btl 2 20 Hp Gt53 Ink (yellow) Btl 2 21 Usb Flashdrive (64gb) Pcs. 2 22 Wireless Presenter Laser Pointer 2.4ghz Remote Control Ppt Usb Presentation Red Light Unit 1 Sub-total Cenro Barotac Nuevo 23 Canon 71 Pgbk (gi-71) Bottle 5 24 Hard Drive (usb Type, 64 Gb) Pcs 2 25 Ink (epson, 003, Black) Bottle 4 26 Ink (epson, 664, Black) Bottle 8 Sub-total Cenro Guimbal 27 External Drive 1tb Piece 3 28 Ink Epson 003 Black Bottle 29 29 Ink Epson 003 Cyan Bottle 6 30 Ink Epson 003 Magenta Bottle 6 31 Ink Epson 003 Yellow Bottle 7 32 Ink Epson 664 Black Bottle 27 33 Ink Epson 664 Cyan Bottle 8 34 Ink Epson 664 Magenta Bottle 2 35 Ink Epson 664 Yellow Bottle 2 36 Mouse Usb Cord Piece 2 37 Otg/usb Type C Adapter 64gb Piece 14 38 Powerbank (10,000 Mah) Durable Piece 3 Sub-total Cenro Sara 39 Avr For Office/ict Equipment Pcs 1 40 Printer Ink 003 Cyan Btl 2 41 Printer Ink 003 Magenta Btl 2 42 Printer Ink 003yellow Btl 2 43 Printer Ink T664 Cyan Btl 1 44 Printer Ink T664 Magenta Btl 2 45 Printer Ink T664 Yellow Btl 1 46 Printer Refill Ink 003 Black Btl 3 47 Printer Refill Ink 5000c Btl 2 48 Printer Refill Ink 5000m Btl 2 49 Printer Refill Ink 5000y Btl 2 50 Printer Refill Ink D60 Black Btl 2 51 Printer Refill Ink T664 Black Btl 2 52 Ups Pcs 1 Sub-total Grand-total Semi-expendable Ict Equipment Penro Iloilo-msd 1 Printer 4-in-1 (with Long Photocopy) Unit 1 Sub-total Penro Iloilo-tsd 2 Scanner -workforce Document Scanner Ds-53011, A4 Duplex Sheet Fed Unit 1 3 Printer 4-in-1 (with Long Photocopy) Unit 2 Sub-total Cenro Guimbal 4 Laptop Computer Unit 3 Intel I5-12500m 8gb Memory 512gb Ssd (+1tb Hard Drive) Nudia Geforce R+x 3050 4gb Vram 15.6 Fhd (screen) 5 Laptop Computer Unit 3 Laptop 15-s-eq2316au Ryzen 5-5500u/8gb Ram/256 Ssd/ 15.6fhd/win 11 6 Multi- Function Laser Printer Unit 1 7 Printer 4 In 1 (with Long Photocopy) Unit 2 8 Voice Recorder Unit 1 Sub-total Grand Total Lot 2 Ict Supplies Penro Iloilo-msd 1 Epson Ink 003 Black Btl 25 2 Epson Ink 003 Cyan Btl 10 3 Epson Ink 003 Magenta Btl 10 4 Epson Ink 003 Yellow Btl 12 5 External Hardrive 1tb Pcs 2 6 Keyboard Pcs 3 7 Powerbank 10000 Mah Pcs 2 Sub-total Penro Iloilo-tsd 8 Audio Recording Device (1160 Hours Loseless Ard Mp3 Player 32gb Digital Voice Recorder) Unit 1 9 Brother Ink Bt 6000 Black Btl 3 10 Brother Ink Bt 6000 Cyan Btl 2 11 Brother Ink Bt 6000 Magenta Btl 2 12 Brother Ink Bt 6000 Yellow Btl 2 13 Epson Ink 003 Black Btl 3 14 Epson Ink 003 Cyan Btl 3 15 Epson Ink 003 Magenta Btl 3 16 Epson Ink 003 Yellow Btl 3 17 Hp Gt53 Ink (black) Btl 2 18 Hp Gt53 Ink (cyan) Btl 2 19 Hp Gt53 Ink (magenta) Btl 2 20 Hp Gt53 Ink (yellow) Btl 2 21 Usb Flashdrive (64gb) Pcs. 2 22 Wireless Presenter Laser Pointer 2.4ghz Remote Control Ppt Usb Presentation Red Light Unit 1 Sub-total Cenro Barotac Nuevo 23 Canon 71 Pgbk (gi-71) Bottle 5 24 Hard Drive (usb Type, 64 Gb) Pcs 2 25 Ink (epson, 003, Black) Bottle 4 26 Ink (epson, 664, Black) Bottle 8 Sub-total Cenro Guimbal 27 External Drive 1tb Piece 3 28 Ink Epson 003 Black Bottle 29 29 Ink Epson 003 Cyan Bottle 6 30 Ink Epson 003 Magenta Bottle 6 31 Ink Epson 003 Yellow Bottle 7 32 Ink Epson 664 Black Bottle 27 33 Ink Epson 664 Cyan Bottle 8 34 Ink Epson 664 Magenta Bottle 2 35 Ink Epson 664 Yellow Bottle 2 36 Mouse Usb Cord Piece 2 37 Otg/usb Type C Adapter 64gb Piece 14 38 Powerbank (10,000 Mah) Durable Piece 3 Sub-total Cenro Sara 39 Avr For Office/ict Equipment Pcs 1 40 Printer Ink 003 Cyan Btl 2 41 Printer Ink 003 Magenta Btl 2 42 Printer Ink 003yellow Btl 2 43 Printer Ink T664 Cyan Btl 1 44 Printer Ink T664 Magenta Btl 2 45 Printer Ink T664 Yellow Btl 1 46 Printer Refill Ink 003 Black Btl 3 47 Printer Refill Ink 5000c Btl 2 48 Printer Refill Ink 5000m Btl 2 49 Printer Refill Ink 5000y Btl 2 50 Printer Refill Ink D60 Black Btl 2 51 Printer Refill Ink T664 Black Btl 2 52 Ups Pcs 1 Sub-total Grand-total Semi-expendable Ict Equipment Penro Iloilo-msd 1 Printer 4-in-1 (with Long Photocopy) Unit 1 Sub-total Penro Iloilo-tsd 2 Scanner -workforce Document Scanner Ds-53011, A4 Duplex Sheet Fed Unit 1 3 Printer 4-in-1 (with Long Photocopy) Unit 2 Sub-total Cenro Guimbal 4 Laptop Computer Unit 3 Intel I5-12500m 8gb Memory 512gb Ssd (+1tb Hard Drive) Nudia Geforce R+x 3050 4gb Vram 15.6 Fhd (screen) 5 Laptop Computer Unit 3 Laptop 15-s-eq2316au Ryzen 5-5500u/8gb Ram/256 Ssd/ 15.6fhd/win 11 6 Multi- Function Laser Printer Unit 1 7 Printer 4 In 1 (with Long Photocopy) Unit 2 8 Voice Recorder Unit 1 Sub-total Grand Total Pre- Bid Conference - September 24, 2024 @2:00pm Submission And Opening Of Bids - October 7, 2024 @ 2:00pm Cost Of Bidding Docs - Lot 1 - P1,000.00 Lot 2 - P1,000.00

City Of Bayawan Tender

Philippines
Closing Date10 Oct 2024
Tender AmountPHP 991.3 K (USD 17.7 K)
Details: Description Instruction To Bidders The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/ Manufacturers/ Distributors/ Contractors To Bid For The Hereunder Projects: Bid No. Pr No. Project Name Total Abc Of Project Source Of Funds Np/pb 24-p-237 100-24-06-007 Delivery Of Electrical Materials For The Improvement Of Barangay Gymnasium And Evacuation Center, Malabugas (1st Revision) 991,315.20 (see Details Below) Cdrrmf 2023 Item No. Qty. Unit Articles Brand Unit Total Price I. 1 Lot Electrical Materials 1 1 Unit/s 25 Kva Ditribution Transformer, Pole Mounted, Oil Immersed- Self Cooled, 7620/13200vy - 120/240 Volts Secondary, W/ 2-2½, Taps Above And Below Normal, With Fuse Link, Fuse Cut-out And Lighting Arrester 2 2 Set/s Transformer Cluster Hanger, With Complete Accessories 3 2 Pack/s C-clamp/clip, Pvc, 20mm Dia, W/ Concrete Nails (100pcs/pk) 4 2 Pack/s C-clamp/clip, Pvc, 25mm Dia W/ Concrete Nails (100pcs/pk) 5 1 Pack/s C-clamp/clip, Pvc, 40mm Dia, W/ Concrete Nails (100pcs/pk) 6 10 Set/s Square Box, 120mm X 120mm, W/ Cover & Screw 7 80 Set/s Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal 8 25 Pc/s Box, Utility, Pvc, 50mm X 100mm, Flush Type 9 100 Length/s Pipe, Pvc, Electrical, 20mm Dia X 3m, Thickwall, Orange 10 50 Length/s Pipe, Pvc, Electrical, 25mm Dia X 3m, Thickwall, Orange 11 5 Length/s Pipe, Pvc, Electrical, 40mm Dia X 3m, Thickwall, Orange 12 2 Length/s Pipe, Pvc, Electrical, 75mm Dia X 3m, Thickwall, Orange 13 2 Pack/s Pipe Connector, Pvc, Electrical, 20mm Dia (100pcs/pk) 14 2 Pack/s Pipe Connector, Pvc, Electrical, 25mm Dia (100pcs/pk) 15 1 Length/s Pipe, Pvc, 75mm Dia X 3m, W/ Entrance Cap, Clip Type 16 2 Pc/s Ground Rod, Steel, Galv., 16mm Dia X 3m, W/ Ground Clamp 17 3 Pc/s Secondary Rack, 3phase W/ Porcelain Spools, W/ Bracket, Medium 18 4 Pc/s Connector, Split Bolt, # 2 (30mm2), Burndy 19 4 Pc/s Connector, Split Bolt, # 4/0 Awg 20 1 Box/es Screw, Gypsum, 25mm (1000pcs/box) With Tox 21 30 Set/s Bolt, Threaded With 9mm Nut & Expansion Bolt 22 5 Pc/s Drill Bit, Masonry, 6mm Dia 23 5 Pc/s Drill Bit, Masonry, 8mm Dia 24 5 Pc/s Drill Bit, Masonry, 10mm Dia 25 3 Pc/s Drill Bit, Masonry, 3/16" Dia 26 3 Pc/s Drill Bit, 3/16" Dia, For Steel 27 20 Roll/s Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v 28 2 Roll/s Tape, Electrical, Rubber, 18mm X 5m, Self Fusing Ethylene Propylene Rubber 29 3 Pack/s Cable Tie, 250mm Long (100pcs/pk) 30 3 Pack/s Cable Tie, 350mm (100pcs/pack) 31 5 Pc/s Cutting Disc, 100mm Dia, For Metal 32 5 Pc/s Cutting Disc, Masonry/concrete, 100mm 33 3 Can/s Solvent Cement, Pvc (500 Cc/can) 34 2 Pc/s Brush, Paint, 25mm, Hair Type 35 75 Meter/s Thw Wire, # 1 (38mm2), Stranded (m), Black 36 75 Meter/s Thw Wire, # 1 (38mm2), Stranded (m), White 37 30 Meter/s Thw Wire, # 2 (30mm2), Stranded (m), Green 38 30 Meter/s Thw Wire, # 4 (22mm2), Black/white (m) 39 30 Meter/s Thw Wire, # 4 (22mm2), Black/white (m) 40 30 Meter/s Thw Wire, # 6 (14mm2), Stranded(m), Green 41 50 Meter/s Thw Wire, # 8 (8mm2), Stranded (m), Black 42 50 Meter/s Thw Wire, # 8 (8mm2), Stranded (m), White 43 2 Roll/s Thw Wire, # 10 (5.5mm2), Stranded (150m/bx), Black 44 2 Roll/s Thw Wire, # 10 (5.5mm2), Stranded (150m/bx), White 45 1 Roll/s Thw Wire, # 10 (5.5mm2), Stranded (150m/bx), Green 46 4 Roll/box Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black 47 4 Roll/box Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White 48 1 Roll/box Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Green 49 11 Set/s Led Ufo Light, High Bay, 300w, Ip65, 220vac, Commercial/industrial Lighting, With Complete Accessories 50 6 Pc/s Lighting Fixture, Led, Round Downlight, 24w, Surface Slim Type, 220v, Daylight 51 18 Set/s Led, Flood Light, 15w, 220v-240v, 50/60hz, Ip65, With Bracket, Daylight 52 8 Set/s Emergency Light, Twin Head, Led, Garfield 54 1 Set/s Scoreboard, Electronic, Led, Multifunctional, Medium Size (60cm X 40cm), 220v, Heavy Duty (includes Timer, Score, Quarter, Foul, Timeout And Shot Clock) W/ Complete Accessories 55 1 Set/s Manual Transfer Switch (mts) 200a, Double Breaker, With Mechanical Handle (includes: Current Transformer, Frequency Meter, Ammeter, Voltmeter And Wirings) With Selector Knob, Single Phase 56 1 Set/s Circuit Breaker, 100a, 2 Pole, W/ Nema 3r Metallic Enclosure 57 1 Set/s Circuit Breaker, 200a, 2 Pole, W/ Nema 3r Metallic Enclosure 58 1 Set/s Distri. Panel Board, Cen. Main, 100a, Bolt-on Type, 2 Pole, Branches 8 Units, Single Phase 59 1 Set/s Distri. Panel Board, Cen. Main, 100a, Bolt-on Type, 2 Pole, Branches 10 Units, Single Phase 60 1 Pc/s Kw-hr Meter, Class 200, Single Phase 2-wire, 240v, 4-jaws, Digital, W/ Socket, Edmi Type 61 4 Set/s Special Outlet, Flush Type, Two (2) Gang, 3 Prong Grounding W/ Plates, Bracket, Cover & Screw, Universal Type, Heavy Duty, With Cover Water Proof). Gfci Outlet 62 15 Set/s Convenience Outlet, Flush Type, 2 Gang, 3 Prong Grounding W/ Plates, Bracket, Cover & Screw, Universal Type, H. Duty 63 4 Set/s Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw 64 4 Set/s Switch, Light, Flush Type, 2 Gang, W/ Plate, Bracket, Cover & Screw 65 4 Set/s Switch, Light, Flush Type, 3 Gang, W/ Plate, Bracket, Cover & Screw 66 5 Pc/s Circuit Breaker, 15a, 2 Pole, Bolt-on 67 7 Pc/s Circuit Breaker, 20a, 2 Pole, Bolt-on 68 4 Pc/s Circuit Breaker, 30a, 2 Pole, Bolt-on 69 2 Pc/s Circuit Breaker, 60a, 2 Pole, Bolt-on 70 1 Pc/s Anchor, Expanding, 8-ways, Hot Dip Galvanized 71 2 Pc/s Bolt, Oval Eye 5/8" X 8", Hot Dip Galvanized, Forged 72 2 Pc/s Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized, Forged 73 1 Pc/s Bolt, Oval Eye 5/8" X 18", Hot Dip Galvanized, Forged 74 2 Pc/s Bolt, Thimble Eye 5/8" X 10", Angle Type, Hot Dip Galvanized, Forged 75 2 Pc/s Clamp, Dead-end Strain, #1/0 Acsr 76 1 Pc/s " Clamp, Hot Line, #2 - #2/0 Acsr" 77 2 Pc/s Clamp, Guy Straight, 3 Bolt, Heavy Duty Steel, Hot Dip Galvanized 78 2 Pc/s Clamp, Loop Deadend, #1/0 Acsr 79 2 Pc/s Clevis, Secondary Swinging Without Spool, Hot Dip Galvanized 80 115 Meter/s Conductor, Bare, Acsr #1/0, Awg 6/1 81 2 Pc/s Guy, Dea-end Grip, 3/8" 82 2 Pc/s Insulator, Suspension, 4 Shed, Polymer, 15kv 83 2 Pc/s Insulator, Spool, 3", Ansi, Class 53-4 84 3 Pc/s Nut, Eye, 5/8", Conventional, Hot Dip Galvanized 85 1 Unit/s Pole, Steel, 35', Bare-3.0 Mm, 86 Micron, 500 Kgs (minimum Load Break) 86 1 Pc/s Rod, Anchor, Threaded, Single Eye, 5/8" X 7', Hot Dip Galvanized, Forged 87 1 Pc/s Shackle, Anchor, 5/8", Forged Steel, Hot Dip Galvanized 88 20 Ft Wire, Guy, Steel, 3/8", 7 Strand, High Strength (feet) Ii. 1 Lot Labor And Materials 53 2 Lot Labor And Materials - Industrial Fan, Overhead Type, Big, 5 Blades, 14 Ft Dia, 90 Rpm, 1.0 Hp Motor, 220v, 1-phase, Heavy Duty Nothing Follows Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of ____php 1,000.00___. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents September 26, 2024 To October 9, 2024 @ 5:00 P.m. Pre-bid Conference None Deadline/opening Of Bids October 10, 2024 @ 9:00 A.m. Approved: (sgd)virginia D. Sadiasa Bac Chairman

City Government Iligan Tender

Philippines
Closing Date8 Oct 2024
Tender AmountPHP 2.8 Million (USD 50.1 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund, Intend To Apply The Sum Of P 2,803,686.17 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of 2 Units 1 Classroom Bldg. For Upper Pigsuotan, Brgy. Mandulog, Iligan City (construction Of 1 Unit 2 Classroom Bldg.) With Project No. Cb(b)-24-093 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of 2 Units 1 Classroom Bldg. For Upper Pigsuotan, Brgy. Mandulog, Iligan City (construction Of 1 Unit 2 Classroom Bldg.) Scope Of Work: Staking, Lay-out Of Lines, Grades & Elevation Of The Building To Be Constructed As Per Plan And Specifications; Excavation Work For Footing, Wall Footing, Zocalo, Septic Vault & Grease Traps, Backfilling And Compaction; Concrete Work, Formworks & Scaffoldings For Footings, Wall Footings, Zocalo, Columns, Roof Beams And Slab; Cutting/bending, Installation/fastening Of Grade 40 Rebars; Masonry Works Using 700psi Concrete Hollow Blocks (4" X 8" X 16") For Wallings W/ Plaster Finish, Smooth On Both Sides W/ 10mm Dia. Dsb At 600mm On Center For Bothways; Fabrication & Installation Of Steel Roof Framing & Accessories; Installation Of Roofing Sheets, Fascia Cover, Fastening And Application Of Elastomeric Sealant; Installation Of Door Jambs, Doors, Door Locks, Chalk Boards, Application Of Wood Preservative; Fabrication & Installation Steel Casement Windows; Installation Of Plumbing Lines That Include Water And Waste Lines, Cr Accessories; Installation Of Embedded Electrical Conduits And Junction Boxes; Provide Adequate Construction Safety Signage And Billboards; Clearing, Cleaning And Disposal Of Construction Debris Materials At The Project Site; Proper Turn-over That Includes Submission Of Building And Occupancy Permits. I. Permits And Clearances (q = 1.00 L.s.) Includes Fire Safety Evaluation Clerance Fee, Barangay Clearance For Construction Fee, Professional Fee, White Print (a3). Ii. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x 3"x 14' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 2"x 8' Coco Lumber, Assorted Sizes C.w. Nails. Iii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iv. Mobilization I Demobilization (q = 1.00 Lot) V. Excavation (q = 40.96 Cu.m.) Vi. Backfill & Compaction (q = 13.40 Cu.m.) Vii. Earth Fill (q = 18.70 Cu.m.) Includes Earth Fill, Hauling Cost Of Materials. Viii. Gravel Bedding (q = 21.45 Cu.m.) Includes 11/2" Gravel Bedding (0.10 M Thk.), Hauling Cost Of Materials. Ix.concrete Work, Formwork & Scaffolding (q = 32.45 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, 1/2" X 4' X 8' Marine Plywood, Assorted Sizes Coco Lumber, Assorted Sizes C.w. Nails, Hauling Cost Of Materials. X. Masonry Work (q = 161.55 Sq.m.) Includes 4"x 8"x 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Hauling Cost Of Materials. Xi.steel Reinforcement ( Q = 3,254.43 Kgs.) Includes 16 Mmø X 6000mm Dsb (grade 40), 10 Mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire, Hauling Cost Of Materials. Xii. Steel Work ( Q = 2,811.00 Kgs.) Includes 38 X 38 X 5 X 6000mm Angle Bar, 25 X 25 X 5 X 6000mm Angle Bar, 25 X 25 X 4 X 6000mm Angle Bar, 25 X 3 X 6000mm Flat Bar, 50 X 100 X 12 X 1.2 X 6000mm C Purlins, Welding Rod (6011), Grinding Disk, Cutting Disk, Hauling Cost Of Materials. Xiii. Carpentry ( Q = 1.00 Lot) Includes 6mm Thk. X 4' X 8' Marine Plywood, 1"x 2"x 8" S4s Gimelina Lumber, "x 3"x 10' Gimelina Lumber, 1 1/2" Concrete Nail, Quick Drying Enamel,stating Paint (for School Chalkboard), Hauling Cost Of Materials. Xiv. Doors,windows & Glasswork ( Q = 16.00 Units) Includes Dl: 1000mm X 2100mm Solid Kiln Dried Lumber Panel Door Complete With Kd Door Jambs, Hinges & Heavy Duty Door Lockset (lever Type); D2: 600 X 2100 Mm Flush Door With 12 Mm Thk Phenolic Board Cover On 50 X 100 Mm Kiln Dried Framing Complete With Kd Door Jambs, Hinges & Heavy Duty Door Lockset; W1: 4 - 700 X 1200 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; W2: 3 - 700 X 1200 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; W3: 1- 700 X 600 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; Hauling Cost Of Materials. Xv.hardware ( Q = 1.00 Lot) Includes Assorted Sizes, Cw & Finishing Nails; Assorted Sizes, Cone. Nails; Concealed Hinges (heavy Duty); Stainless Steel T-bar Pull Handle; Double Roller Cabinet Catch, 32 X 25mm; Wood Preservative, Timberguard; Hauling Cost Of Materials. Xvi. Tinsmithry ( Q = 1.00 Lot) Includes 0.50mm Thk Colored Roofing Long Span Rib Type; 0.50mm Thk X 2400mm Prefab Fascia Cover; 0.50mm Thk X 2400mm Prefab Wall Flashing; 0.50mm Thk X 2400mm Prefab Ridge Roll; Tek Screw; Blind Rivets; Vulca Seal; Hauling Cost Of Materials. Xvii. Plumbing ( Q = 1.00 Lot) Includes Water Closet With Complete Fittings And Accessories, American Standard; Countertop Sink, Porcelain With Complete Fittings And Accessories; 4"x 4" Floor Drain, Stainless; Faucet, Us Patented; Toilet Paper Holder; 4"dia. Pvc Sanitary Tee; 4"dia. Pvc Wye; 4" Dia. Pvc P-trap; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. X 2" Pvc Wye; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 2"dia. Pvc Tee; 2" Dia. Pvc Elbow; Pvc Cement, 400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Union; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. G.i. Coupling; 1/2" Dia. Gate Valve; Teflon Tape (big); Hauling Cost Of Materials. Xviii. Electrical ( Q = 1.00 Lot) Includes Pvc Conduit Pipe, 1/2" Diameter X 3meters; Electrical Panelboard 4 Branches 6 Holes Plug In Type; Utility Box, 2"x 3" W/ Cover, Pvc Depth-type; Tie Wire, G.i. #16 (per Kilo). Approved Budget For The Contract (abc): P 2,803,686.17 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred (100) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre - Procurement: September 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: September 17, 2024 – October 8, 2024 – 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3.pre-bid Conference: September 24, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: October 8, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: October 8, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: September 17, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-093 (ceo-infra)

Gemeente Amsterdam Tender

Netherlands
Closing Date20 Oct 2024
Tender AmountRefer Documents 
Details: Description of the tender: The work to be carried out during major maintenance can be divided into 2 activities. 1. Structural repair of the roof floors of both garages so that they can be used for at least 20 years. 2. Regular maintenance, i.e. bringing the garage to a level so that it meets the normal usage requirements through the following measures and activities: A. Repair of the paving in both garages; B. Repair of Various, Superficial Concrete Damages; C. Cleaning and Painting the Interior of the Garage; D. Repair Defects to the E-installations; E. Replace fixtures in both garages with an energy-efficient system; F. Repairing Various Structural Defects; G. Ensure that the required escape routes function; H. No asbestos-containing materials were found, but there are some limitations (locations where it was not possible to investigate) where asbestos-containing materials may be present. These places are indicated in the appendices to the asbestos inventories. These asbestos inventories show that no asbestos-containing material needs to be remediated. But the Contractor would take the instructions in the asbestos inventories into account. An important condition for carrying out the assignment is that the subscription holders can continue to use the garage during the major maintenance. • De Hofgarage has 174 subscription parking spaces, of which 120 are rented. • The Werfgarage has 289 subscription parking spaces, of which 183 are rented. Due to the requirement that a parking space is available for season ticket holders at all times, the major maintenance of the two parking garages has been combined into one assignment. With the two garages at his disposal, the contractor is offered as much flexibility as possible to carry out his work in accordance with the preconditions.

Philippine National Oil Company - PNOC Tender

Philippines
Closing Date8 Oct 2024
Tender AmountPHP 2.8 Million (USD 50 K)
Details: Description 1. Background In 2023, Bataan’s Provincial Government Launched The Green Mobility Program As Part Of Project Transform Of The Department Of Environment And Natural Resources (denr) In The Province. As Part Of This Initiative, Six Electric Vehicles (e-vehicles) Were Blessed And Turned Over To The Metro Bataan Development Authority (mbda) And Provincial Disaster Risk Reduction And Management Office (pdrrmo). In Furtherance Of Its Commitment In Promoting Sustainable Development And Environmental Protection, The Provincial Government Of Bataan (pgb) Aims To Install A 80kw Fast-charging Station At The Bataan Tourism Center In Balanga. This Initiative Also Supports The Electric Vehicle Industry Development Act (evida), And The Green Energy Management Program (gemp) Of The National Government. Currently, There Are Six Electric Vehicles Acquired By The Province For Patrol Services And The Provision Of Services To The People. These Vehicles Include Four (4) Volkswagen Id6 Cruzz Long Range Pro Versions; And Two (2) Byd Dolphin Models. There Are Plans Of Procuring Additional Four (4) Evs For The Sangguniang Bayan Office And Mbda In May 2024. The Bataan Provincial Government Is Currently Using Slow Charging Stations For Their Electric Vehicle (ev) Fleet, Requiring A Full Night To Charge Each Vehicle. Data Indicates That Evs Are More Economical Than Traditional Fuel-powered Vehicles. However, For Enhanced Efficiency And Time-saving, Particularly For Evs Deployed In Patrol And Emergency Response Roles Throughout The Province, There Is A Pressing Need To Upgrade To Fast Charging Infrastructure. The Installation Of A Fast-charging Station At The Bataan Tourism Center Will Address The Range Anxiety Of Ev Users, And Will Promote The Adoption Of Electric Vehicles. Bataan, As Our Industrial Park Host Province, Plays A Crucial Role In Our Current And Future Business Operations. The Cooperation Of Bataan Is Essential Not Only For Our Existing Business But Also For The New And Renewable Energy Resource Development Projects That Pnoc Will Be Embarking On In The Province. Pnoc Would Like To Showcase Its Commitment To Corporate Social Responsibility By Supporting The Necessary Infrastructure For These Electric Vehicles, Including The Charging Equipment, Infrastructure Support, Canopy, Signage, Cabling, And Network Connection. 2. Objectives 1. To Support The Adoption Of Electric Vehicles In Bataan By Providing An Express Charging Infrastructure. 2. To Reduce Carbon Emissions And Improve Air Quality In The Province. 3. To Promote Sustainable Development And Environmental Stewardship In Line With National And Local Government Policies. 3. Technical Specifications Item Qty. Unit Approved Budget Contract (abc) Mode 4, 80 Kw Evcs, Including 2 Spare Charging Cables 1 Unit Php 2.8 Million Specifications Mode 4 Evcs, 80kw (dc) General A. Rated Power 80 Kw Or Higher B. Number Of User Terminal One (1) For Each Electric Charging System C. Display Language English D. Charging Interface Ccs Combo 2 And Gb/t Dc E. Number Of Charging Gun And Cable Two (2) Charging Gun And Cables Other Requirements For The Evcs: General A. Casing Anti-corrosion Painted Steel Or Equivalent B. Minimum Ingress Protection Ip54 C. Charging Cable Minimum Length 5 Meters D. Connectivity Capable Of Connecting To The Internet E. Communication Protocol Open Charge Point Protocol (ocpp) 1.6 Or Equivalent Protective Function Overcurrent Protection, Surge Protection, Ground Fault Detection, Leakage Detection Equipped On/off Switch Equipped Emergency Stop Button Equipped Installation Installation Including Civil Works And Electrical Works Necessary To Install All Equipment And Chargers; As Applicable. Includes Separate Circuit Breaker; Canopy And Signage Materials And Network Connection Equipment. Documents / User’s Manual Instruction Manual For Operation And Maintenance In English Evcs And Location The Delivery And Installation Site Shall Be At The Bataan Tourism Center, Balanga, Province Of Bataan Training And Awareness Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. 4. Scope Of Works By The Winning Bidder ● Conduct A Kick-off/inception Meeting For The Installation Of The Chargers Before The Commencement Of The Installation And Set-up Service. ● Prepare Plans/blueprint And Layout Of The Evcs Infrastructure. The Said Documents Shall Be Reviewed By The End-user For Approval. ● Provide The End-user With The Pre-built And As-built Site Development Plan, Electrical Plan, Mechanical Plan, Civil Work Plan, And Architectural Plan Necessary For The Execution Of This Project, As Applicable, Duly Signed By The Respective Licensed Professional Engineers And Architect. ● Provide A Turnkey Basis On The Supply, Delivery, Installation, Testing, And Commissioning Of The Evcs. ● Provide A 2-year Free After-sales Services Which Include But Not Limited To The Following: A. 24-hour Customer Support B. Routinary Diagnostic Checkup Of The Unit C. Troubleshooting And Repair (for Both Hardware And Software) D. Technology Transfer To Selected Pnoc And Pgb Personnel ● Provide A Free Bi-annual Maintenance Checks For The Evcs. ● Provide The Meter/sub-meter For The Evcs. 5. Other Terms And Conditions ● All Bidders Are Required To Conduct Ocular Inspections At The Same Time (date To Be Determined), At The Proposed Evcs Site To Be Assisted By The End-user For Bidders To Determine All Cost And Work Inclusions In The Implementation Of The Project. ● The Bidder Confirms That They Have Inspected The Site Where The Work Will Be Performed And Is Fully Aware Of The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; Pnoc Shall In No Way Be Responsible For Any Costs Or Expenses Which May Be Incurred On Account Of Failure Of The Bidder To Make An Accurate Examination Of Present And/or Assessment Of Future Factors That May Affect The Cost Of Execution. ● The Bidder Must Also Include An “affidavit Of Undertaking” In Its Bid Information To Demonstrate Its Capacity To Provide After-sales Service. ● The Price Quoted Should Be Firm And Irrevocable And Not Subject To Any Change Whatsoever, Even Due To The Increase In The Cost Of Raw Materials, Components And Fluctuations In Foreign Exchange Rates And Excise Duties. Should The Bid Goods Be Rendered Obsolete Or Phased Out By The Manufacturer, The Upgraded Or Newer Version Shall Be Delivered At No Additional Cost To The End-user. The Winning Bidder Should Warrant That All Goods, Vehicles, Equipment, Parts And Components Shall Be Brand-new (unused), Not Cloned Nor Imitation, Whatsoever, And If Found So, Shall Be Replaced Immediately With No Additional Cost To Pnoc. ● One Hundred Percent (100%) Of The Contract Price Will Be Processed Upon Satisfactory Completion Of The Delivery, Installation, Commissioning, And Presentation Of Pnoc Acceptance. ● The Bid Price Must Be Inclusive Of All Costs (insurance, Freight, Brokerage, Duties, Taxes, Etc.) Attendant To The Delivery, Installation And Commissioning Of The Items At Pnoc. ● The Winning Bidder Must Carry Out Necessary Works For The Construction Of The Charging Station Such As, But Not Limited To, Electrical Wiring That Will Be Affected By The Construction Of Evcs Roof/awning Shed And Parking Area By The Pgb, Etc. ● The Winning Bidder Must Conduct Installation Of The Fast Charger In Accordance With Standards, Manuals, Etc. ● The Winning Bidder Must Conduct Installation Of At Least One (1) Outlet Capable Of Safely Servicing Ev On-board Charger. ● The Winning Bidder Shall Conduct Testing Prior To The Operational Commissioning, Including The Power Tie-in To Connect The Evcs To The Main Electrical Supply. ● The Winning Bidder Must Provide At Least A Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. ● The Winning Bidder Must Provide Two (2) Years Warranty Against Factory Defects On The Ev Charger Unit And Faulty Workmanship On Installation Which Shall Commence 2 Years After Signing Of Acceptance Certificate. The Winning Bidder Should Warrant That All Components Are New, Of First-class Quality, According To Specifications, And Free From Defects. The Defects, If Any, Shall Be Rectified Or Replaced Free Of Charge. ● The Winning Bidder Shall Be Responsible For Providing Claims, Doing Or Arranging Parts Replacement And Servicing For The Warranty During The Warranty Period. The End-user Shall Not Be Redirected By The Winning Bidder To Other Entities Including Suppliers Or Oems (original Equipment Manufacturers) In Executing The Warranty. ● The Winning Bidder Must Provide A Free Mobile Application, To Be Used For Monitoring And Payment Purposes (if Applicable). ● The Winning Bidder Must Submit Primary Material Manufacturer’s Brochures/catalogue, Manuals And Warranty Certificate For The Evaluation Of The Charging Unit And Its Ancillary Parts Prior To Installation As Proof That The Charging Unit And Its Ancillary Parts Are Brand New. ● The Winning Bidder May Avail Itself Of A Designated Area To Be Used As Temporary Facility/storage/administration Area In Connection With The Project. This Staging Area Must Be Boarded-up With A Minimum Height Of 8 Feet And Must Be Returned To Its Original State Upon Completion Of The Project. Any And All Materials, Tools, Supplies, Equipment And The Like Inside The Staging Area Premises Are The Responsibility Of The Winning Bidder, Whereby The End-user Shall Not Be Liable For Any Loss Or Damage Thereto. ● The Winning Bidder Shall Be Liable For All Fire And Accident Claims And Other Related Claims Arising From Injuries And Damages, Which May Occur In Relation To The Execution Of The Project. ● The Winning Bidder Shall Hold The End-user And Pnoc, Including Its Personnel, Free From Any And All Liabilities For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Winning Bidder Including Any And All Expenses Which May Be Incurred By The End-user And Pnoc, Including Its Personnel, In The Defense Of Any Claim, Action Or Suit And In Connection With, Resulting From Or By Reason Of The Performance Of This Project. ● The Winning Bidder Shall Submit A List Of Personnel Assigned To The Project Before Commencing The Above Scope Of Works. ● The Winning Bidder Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All Existing Conditions At The Site. No Consideration Will Be Given To Any Alleged Misunderstanding Or Misinterpretation Of The Specifications And Materials To Be Used Or Work To Be Done. ● The Winning Bidder Shall Follow All The House Rules And Regulations Upon Entering The Premises Of The End-user And Are Required To Wear The Proper Ids, Uniforms And Safety Gear/equipment At All Times. ● The Winning Bidder Is Required To Coordinate All Activities And Work Relative To The Project With The End-user’s Authorized Representative For Proper Coordination And Monitoring. ● Tapping Of Equipment And Other Related Work Shall Be Properly Coordinated With The End-user’s Designated Representative For Provision Of Electrical Power Source Of Outlets. ● The Cost Of Any And All Rework And/or Restoration Of Damaged Properties Due To The Winning Bidder’s Poor Workmanship Or Negligence Shall Be Borne By The Winning Bidder. ● All Works Shall Be Done In Accordance With The Occupational Safety And Health Standards As Dictated By The End-user. ● The End-user Shall Not Provide Any Accommodation/ Transportation For The Engineers/representatives For Attending Commissioning And Demonstration Work. It Is The Absolute Responsibility Of The Winning Bidder To Make Their Own Arrangements. ● The Work Shall Be Executed In The Best Thorough Manner Throughout The Project Timeline To The Satisfaction Of The End-user And Pnoc, As Represented By Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject Any Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance With The Specifications And/or Description As Provided Herein And Are Deemed Disadvantageous To The End-user And To Pnoc. 6. Eligibility ● The Supplier Must Be A Doe Accredited Evcs Provider And Shall Provide All The Necessary Government Permits And Licenses In Performing Their Obligations Under This Document. ● The Bidder Must Be Legally Incorporated Or Organized As A Legal Entity Under The Philippines’ Existing Laws And Regulations. 7. Delivery Terms ● The Delivery Period Of The Goods Shall Be Within 60 Calendar Days, Upon Receipt Of The Approved Notice To Proceed (ntp). ● The Delivery And Installation Site Shall Be Located In A Location Determined By The End-user: • Bataan Tourism Center, Roman Highway, City Of Balanga, Bataan 8. Completion Of Installation ● The Installation Works Must Also Be Completed Within Sixty (60) Calendar Days Following Receipt Of The Notice To Proceed (ntp). ● Work Schedule Is From 8:00am To 5:00pm On Weekdays, Weekends And Holidays ● The Winning Bidder Shall Commence Work On The Agreed Start Date And Shall Carry Out The Work In Accordance With The Program Of Work Submitted By The Bidder And Approved By The End-user And Shall Complete The Work Within The Number Of Calendar Days Specified Herein. ● Delays Due To Work Stoppage Ordered By The End-user Shall Not Be Counted Against The Set Completion Date. 9. Payment The Payment Terms Must Adhere To Republic Act No. 9184 Or The Government Procurement Reform Act. 10. Inspection And Testing ● The End-user May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Tests And/or Inspections Or Do Not Conform To The Specifications As Specified In This Tor. The Winning Bidder Shall Immediately Rectify Or Replace Such Rejected Goods Or Parts Thereof At No Additional Cost. ● The Winning Bidder Must Conduct An Operational Demonstration Of The Goods As Part Of The End-user Acceptance. ● If Any Item Of Work Or Materials, Which Is/are Necessary For The Completion Of The Work And Full Operation Of The Charging Unit And Its Ancillary Parts As Outlined Herein, Has/have Been Omitted, Such Item Must Be Provided/included By The Winning Bidder To Complete The Work And Fully Operate The Charging Unit. 11. Warranty • In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. • The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 12. Repair And Maintenance The End-user Shall Notify The Winning Bidder In Writing Whenever Repairs Need To Be Done And Shall Act And Conduct The Assessment Within One (1) Day Upon Receipt Of The Notice. The Repair And Maintenance Shall Be Completed Within The Maximum Period Of Three (3) Days. Should The Repair/maintenance Require A Longer Period, The End-user Should Be Notified In Writing Of The Reason And The Completion Period Which Is Subject To Approval/concurrence With Service Vehicle Replacement As May Be Required.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Soon4 Oct 2024
Tender AmountRefer Documents 
Details: Description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. this Procurement Will Result In One Indefinite Delivery / Indefinite Quantity Architect-engineer (a-e) Multi-discipline Engineering Services Contract As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects (mep). Work Under The Contract Is Anticipated To Occur Primarily At Naval Facilities Engineering Systems Command (navfac) Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. However, Work May Be Ordered Throughout The Navfac Mid-atlantic Aor And Navfac Worldwide (rare Occasion). These Services Will Be Procured In Accordance With 40 U.s.c. Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Contract Will Be For A Five-year Term. The Total Fee For The Contract Term Shall Not Exceed $60,000,000. The Guaranteed Minimum For The Contract Term Is $5,000. Firm-fixed Price Task Orders Will Be Negotiated For This Contract. There Will Be No Dollar Limit Per Task Order And No Dollar Limit Per Year. Estimated Start Date Is August 2025. this Proposed Contract Is Being Solicited As A Total Small Business Set-aside. The Small Business Size Standard Classification Is North American Industrial Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria. the Market Research Study N4008524r2674 Conducted By Navfac Mid-atlantic Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement Under Total Small Businesses. The Navfac Mid-atlantic Small Business Office Concurs With This Decision. the Type Of Services Expected To Be Performed Under This Contract Are Mostly New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities, And Infrastructure. typical Task Orders Issue Under This Contract Are Expected To Range Between $50,000 To $500,000; With Resulting Construction Costs From $500,000 To $5,000,000. Project Programs Typically Supporting This Contract Are Major Maintenance Repair Program (mmrp) And Special Projects. The Projects Will Include Delivery Of Both Design-build And Design-bid-build Project Design As Well As Ae-specific Study/evaluation Work. utility Systems Will Include Steam; Low Pressure Compressed Air; Fresh Water; Sanitary Sewer; Oily Wastewater Collection; High Voltage To Low Voltage Electrical; Fire Protection And Alarm Systems; Control Systems And Lighting. Specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. a-e Services Will Also Be Required For Design And Construction Services In Support Of New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities. A-e Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To, Geotechnical, Civil, Structural, Architectural, Mechanical, Electrical, Plumbing, Fire Protection, And Cost Engineering. prospective A-e Firms, Will Primarily Perform Mechanical And Electrical Design Services Under The Contract; However, The Following Types Of A-e Services, That Require Multiple Engineering Design Disciplines, May Be Required Under This Contract: a) Investigative Services, Including: surveys Of Existing Facilities Structural, Mechanical, Electrical & Plumbing Systems. surveys Of Existing Site Utilities. recommendations On Potential Utilities Impact On Existing Systems. facility Life Safety Code Analysis. hazardous Material Surveys And Analysis. energy Utilization Studies And Recommendations. identification Of Sustainable Features. b) Design Services & Deliverables, Including: 1) Development Of Design-build Rfp Packages Including Schematic Concept Drawings And Environmental Studies 2) Development Of Comprehensive Design-bid-build Packages That Include Full Plans And Specifications 3) Construction Cost Estimates 4) Calculations c) Mechanical / Electrical Design Services In The Following Areas: energy Supply (oil, Gas, Steam, Hot Or Chilled Water Supply. heat Generating Systems (boilers, Primary Pumps, Auxiliary Equipment, Etc.). cooling Generating Systems (chillers, Cooling Towers, Primary Pumps, Condensing Units, split System Heat Pump-outdoor Units, Etc.) distribution Systems (ahus, Fcus, Vav Systems, Fans Exhaust Fans, Supply Fans, Heat exchangers, Pumps, Convectors, Duct Heaters, Etc.) terminal And Package Units (ptacs, Pthps, Wshps, Package/rooftop Air conditioners And Heat Pumps, Furnaces, Etc.) controls (ddc, Stand-alone Controllers, Etc.) system Testing & Balancing (piping And Air System Testing And Balancing). high Voltage And Low Voltage Electrical Systems. specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. d) Construction Services Such As The Following Services: 1) Contractor Submittal Reviews 2) Field Consultation And Special Inspections 3) Electronic Operation And Maintenance Support Information (eomsi) 4) Obtaining Environmental Permits And Regulatory Approvals 5) As-built And Record Document Preparation a-e Firms Are Required To Prepare Cost Estimates Utilizing The Mcaces Mii Estimating System, Specifications In The Specsintact Program, Design-build Rfps Utilizing Navfac Design-build Masters, And Drawings In Autocad (2020 Or Higher) Or Revit (2020 Or Higher) Utilizing The National Cadd Standards Format With Navfac Specified Modifications. 3d Renderings And Bim Modeling May Also Be Required. A-e Firms Or Others Under Contract Or Providing Services To Navfac May Request Software Installation Packages From Navfac Atlantic Ci Cost. The A-e Is To Send An Email To Navfac-ci-cost@navy.mil With The Following In The Subject Section "mii License Request". Software Is Generally Distributed To A-es Free Of Charge; However, Accompanying Database Licenses Must Be Purchased And Licensed As Appropriate By The User. asbestos And/or Lead-based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. A-e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Groundwater/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces. as Defined By Paragraph 1-5 Of Ufc 3-600-01, Fire Protection Engineering For Facilities, This Contract Will Require The Services Of A Licensed Fire Protection Engineer Or Sub-consultant. all Engineering And Design Services Shall Comply With The Most Current Edition Of Fc 1-300-09n Navy & Marine Corps Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org). Selected A-e Firm Is Required To Have Online Access To Web-based Support Programs And Email Via The Internet For Routine Exchange Of Correspondence/information. A-e Firm Is Required To Submit And Maintain An A-e Accident Prevention Plan (app) In Accordance With Usace Em 385-1-1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In-field Action. Key Personnel, Including Sub-consultants, Must Be U.s. Citizens And Able To Obtain Security Clearances As Required. all Contractors Are Advised That A Unique Entity Identifier Is Required Prior To Award. Contract Must Complete The Registration In System For Award Management (sam) Database By Selecting “entity Information”. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site (https://www.sam.gov) Entity Information Section. the Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. interviews May Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Clarify Information Contained In The Sf330 Submittal. Elaborate Presentations Are Not Desired. selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. Failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. The Selection Of Architects And Engineers Statute And Far Part 36.6 Selection Procedures Apply. the A-e Must Demonstrate The Team’s Qualifications With Respect To The Published Evaluation Criteria. Failure To Provide Complete Submission Information Defined In The Evaluation Criteria Below May Affect A Firm’s Qualification Ratings. Evaluation Criteria (1) Through (3) Are Considered Most Important And Are Equal Among Themselves; Criteria (4) And (5) Are Of Slightly Less Importance And Are Equal Among Themselves; Criteria (6) Is Of The Least Importance And Will Be Used Only As A Tiebreaker Among Technically Equal Firms. Specific Evaluation Criteria Include: specialized Experience professional Qualifications past Performance quality Control program Management, Capacity & Firm Location volume Of Work criterion 1 – Specialized Experience (sf330, Part I, Section F): firms Will Be Evaluated Based On The Demonstration Of Specialized Experience In The Following Areas: preliminary Site Analysis To Determine Existing Conditions Which May Include Researching Utility Maps And As-built Record Drawings, Assessing Existing Utility And Identifying The Potential For Abandoned Or Unmapped Utilities; preparation Of Phasing Plans For Multi-phased Construction Projects; performing Facility Planning Studies, Including The Developing Of Requirements, Preparing Engineering Evaluations, Project Scope, And Unit Guidance Or Parametric Cost Estimating. project Development Including The Development Of Alternatives And Economic Analysis, Analysis Of Proposed Site Utilities Access, Constraints, And Identification Of Environmental Issues; design Of Antiterrorism And Security Projects Such As Installation Security Fencing, Entry Control Facilities, Lighting, And Other Force Protection Measures; incorporation Of Navy And Marine Corps Criteria Into Contract Packages; And providing Post-construction-award-services (shop Drawing Review, Record Drawings Preparation, Construction Inspection Services, And Omsi. firms May Be Considered More Favorably By Demonstrating The Following: firms Submitting Projects Showing They Have Experience Working On Department Of Defense Projects. firms Demonstrating Greater Depth Of Experience In The Described Areas. firms Submitting Projects Showing Experience Completing Projects That Include Multi-disciplined Efforts. firms Submitting Projects Showing They Have Recent Experience Completing Relevant Projects Within The Primary Geographic Area Of This Contract That Demonstrate Experience With Codes, Laws, And Permitting In North And South Carolina. firms Demonstrating Experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach. submission Requirements: provide A Minimum Of Four (4) Up To A Maximum Of Seven (7) Projects That Best Demonstrate Specialized Experience Of The Proposed Team In Each The Seven Areas Outlined Above. To Be Considered, Projects Must Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis With The Completion Date Clearly Stated. submitted Relevant Projects Shall Demonstrate The Following Characteristics In Addition To Meeting The Other Requirements Set Forth In This Criterion: offerors Shall Have Acted As The Designer Of Record On Submitted Projects. experience With Both New Construction (at Least One (1) Project) And Renovation (at Least (1) Project). experience With Design-build Request For Proposal Preparation (at Least One (1) Project). offerors Much Clearly Demonstrate Experience In Each Of The Seven Areas Identified Above In Projects Meeting The Required Timeframe And Meeting The Requirements Set Forth In This Criterion Or The Offeror Will Be Considered To Have Not Met This Criterion. if The Firm Was The Designer Of Record On A Design-build, The Design Portion Of The Project Must Be Clearly Stated As Design Completion Date And Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis To Qualify As Demonstrating Design Experience. The Offeror Must Clearly State The Project Completion Date Or, If Design-build, The Design Completion Date, Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Are Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. all Projects Provided In The Sf330 Must Be Completed By The Actual Office/branch/regional Office/individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Unique Entity Identifiernumber Along With Each Firm Name In The Sf330 Part 1, Section F, Block 25, “firm Name” Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Final Contract Cost, And A Summary Of The Work Performed That Demonstrates Relevance To At Least One Of Specialized Experience As Outlined Above. the Government Will Consider Projects For The Offeror When Performed As A Subcontractor Or If The Offeror Worked As A Joint Venture Partner. For Projects Performed As A Subcontractor Or As A Joint Venture Involving Different Partners, The Offeror Must Specify The Value Of The Work Performed As A Subcontractor Or As A Joint Venture Partner And Identify The Offeror’s Specific Roles And Responsibilities Performed As A Subcontractor Or As A Joint Venture Partner On The Project Rather Than The Work Performed On The Project As A Whole. Additionally, The Offeror Must Demonstrate How Its Work As A Subcontractor Or As A Joint Venture Partner Met The Requirements Set Forth In This Criterion In Order For The Project To Be Considered. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, And The Work Performed By The Offeror Does Not Meet The Requirements Set Forth In This Criterion, The Project Could Be Eliminated From Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects May Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Seven (7) Projects. Greater Consideration Will Be Given To A Joint Venture That Provides Experience As A Joint Venture Or, At Least To A Joint Venture That Provides Experience Meeting This Criterion’s Requirements For Each Member Of The Joint Venture. Joint Ventures That Do Not Provide Experience Or Experience Meeting This Criterion’s Requirements For All Members Of The Joint Venture Team May Be Rated Lower. If A Project Was Performed By A Joint Venture, And All Joint Venture Partners Are Not On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract And Clearly Demonstrate How That Work Meets This Criterion’s Requirements. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project And How That Work Meets This Criterion’s Requirements, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Will Be Eliminated From Consideration. projects Shall Be Submitted On The Sf330 At Part I, Section F And Shall Be Completed Projects As Detailed Above. Projects Not Completed As Required Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Should Be Submitted In The Sf330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Or Outside Of Part 1, Section F, In Evaluation Of Criterion 1. criterion 2 – Professional Qualifications (sf330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects As Outlined In The Sf330, Part 1, Section F. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are Program/project Manager, Quality Control, Task Order Manager, Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Geotechnical Engineers, And Interior Designers. The Following Key Personnel Must Also Be Licensed, Registered, And/or Certified: Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, And Interior Designers more Favorable Consideration May Be Given To Firms That Include Key Personnel That Participated In The Criterion 1 Projects Meeting The Project Requirements Outlined In Criterion 1. submission Requirements: sf330, Part I, Section E. – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Work Proposed Under This Contract. Resumes Are Limited To One (1) Page Each And Must Indicate Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Seven (7) Years Of The Date Of Issuance Of The Synopsis) Project-specific Experience In Work Relevant To The Services Required Under This Contract; And State Proposed Role In This Contract. Resumes Must State Professional Licensure And/or The Ability To Obtain Environmental And Other Permits From The States Of North Carolina And South Carolina. The Offeror Should State Whether Key Personnel Hold A Security Clearance. sf330, Part I, Section G. – State Participation Of Key Personnel In Criterion 1 Projects. criterion 3 – Past Performance (sf330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Contractor Performance Assessment Reporting System (cpars) For Criterion 1 Projects That Demonstrate Recent Relevant Specialized Experience In Areas As Detailed In Criterion 1 Above And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Note: Past Performance Information For Recent And Relevant Projects Submitted Under Criterion 1 May Be Given Greater Weight. submission Requirements: if A Completed Cpars Evaluation Is Available, It Shall Be Submitted For Each Project Included Under Criterion 1. The Offeror Shall Include All Completed Cpars Evaluations (interim And Final) For A Project. If There Is Not A Completed Cpars Evaluation, The Past Performance Questionnaire (ppq) (attachment A) Included In This Notice Is Provided For The Firm Or Its Team Members To Submit To The Client For Each Project Included Under Criterion 1, Specialized Experience. Offeror Shall Not Submit A Ppq When A Completed Cpars Is Available. if A Cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf330. If The Firm Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Firms Should Complete And Submit With Their Responses The First Page Of The Ppq, Which Will Provide Contract And Client Information For The Respective Project(s). Firms May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Firms Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Navfac Mid-atlantic, Con21, Attn: Brittany Cristelli Via Email At Brittany.n.cristelli.civ@us.navy.mil, Prior To The Response Date. Firms Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A-e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. firms Are Highly Encouraged To Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1, Specialized Experience. Firms Are Also Highly Encouraged To Address Any Adverse Past Performance Issues. Information Shall Not Exceed Four (4) Pages In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4 - Quality Control Program (sf330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: explain The Quality Control Program And Include An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. provide A Quality Control Process Chart Showing The Inter-relationship Of The Management And Team Components. describe Specific Quality Control Processes And Procedures Proposed For This Contract Including Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. identify The Quality Control Manager And Any Other Key Personnel Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Subcontractors. criterion 5 - Program Management, Capacity & Location (sf330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract, The Capacity To Accomplish The Work In The Required Time, And On The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. For Purposes Of Evaluation, The Primary Geographic Areas Are Defined As: Navfac Mid-atlantic Marine Corps Area Of Responsibility (aor) Which Includes Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. Maximum Of Five (5) Pages For This Criterion. The Government Will Not Consider Information Submitted Beyond This Page Limit Or In Different Sections Of The Sf330. submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners, Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. Evaluation Of Firms Will Include Consideration Of Their Location Within The Primary Geographic Area Of The Anticipated Projects, Primarily In The Marine Corps Aor In North And South Carolina As Defined In This Criterion. Provide A Narrative Describing The Team’s Knowledge Of These Primary Geographic Areas In Which Projects Could Be Located. criterion 6 - Volume Of Work (sf330, Part 1, Section H): firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602-1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A-e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A-e Contracts. submission Requirements: firms Do Not Submit Data For This Factor. sf-330 Submission Requirements: architect-engineer Firms Desiring To Be Considered For This Contract Must Submit A Completed Sf-330 Package. The Sf-330 Shall Be Typed, At Least 11-point Times New Roman Or Larger, Including Document Searchable Bookmarks. Part I Shall Not Exceed 100 8.5 By 11-inch Pages. The Page Limit Does Not Include Certificates, Past Performance Questionnaires (ppqs), Cpars, Or Licenses. In Addition, The Page Limit Does Not Include Cover Sheets, Dividers, Or Other Requested Documentation (e.g., Joint Venture Agreement, Proof Of A-e Firm Registration Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. The Organizational Chart May Be One Page 11 By 17 Foldout, Using 11-point Font Or Larger (font Limitations Do Not Apply To Graphics, Captions Or Tables). Please Include Your Unique Entity Identifier (uei), Commercial And Government Entity (cage) Numbers, And Taxpayer Identification Number (tin) In Block 30 Of The Sf-330. **in Accordance With The Far 36.601-4(b) Contracts For Architect-engineer Services May Only Be Awarded To Firms Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires A-e Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require A-e Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction). Failure To Submit The Required Proof Could Result In A Firm’s Elimination From Consideration. **firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firm’s Elimination From Further Evaluation. except As Noted Otherwise, The Government Will Not Consider Information Submitted Beyond This Page Limit.furthermore, The Government Will Consider Information For Each Criterion Only In The Section Specified For That Criterion.* For Example, The Government Will Consider Only The Information In The Sf330, Part I, Section F For Information On Criterion 1, Specialized Experience, And Will Not Cross-reference Or Consider Information In Other Sections That May Be Intended To Apply Or Supplement Criterion 1. a-e Firms That Meet The Requirements Described In This Announcement Shall Submit Their Electronic Sf330 (.pdf Format) Through The Procurement Integrated Enterprise Environment (piee) Website In The Solicitation Module. Only The Piee Solicitation Module Is Authorized For The Submission Of Electronic Sf330s In Response To This Synopsis. Electronic Submissions Should Be No Larger Than 1.9 Gb Per File. Firms Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Attachment B. firms Submitting Shall Allow Adequate Time To Register And Upload Files Which May Be Slower For Non-dod Users And To Avoid Other Technical Difficulties That May Be Encountered. Firms Are Also Responsible For Submitting Files In The Format Specified And Consistent With Requirements Stated Elsewhere In This Synopsis. Files That Cannot Be Opened Or Are Otherwise Missing The Required Content Are The Responsibility Of The Firm. Piee System Will Record The Date And Time Of Package Submittal. The Date And Time Of Package Submittal Recorded In Piee Shall Govern The Timeliness Of Any Proposal Submission. firms Responding To This Announcement By 16 September 2024, No Later Than 2:00 P.m. Edt Will Be Considered. This Is Not A Request For Proposal. late Responses Will Be Handled In Accordance With Far 52.215-1. The Points Of Contact Are Either Brittany Cristelli, Contract Specialist, At Brittany.n.cristelli.civ@us.navy.mil Or John Bishop, Supervisory Contract Specialist, At John.p.bishop23.civ@us.navy.mil. if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). it Is The Sole Responsibility Of The Submitting Firm To Obtain All Associated Attachments And Files, Along With Any Amendments From The Contract Opportunities (sam.gov) Website. inquiries Concerning This Procurement Shall Be Submitted Via The Pre-proposal Inquiry Form (attachment C), And Should Include Solicitation Number And Title In The Subject Line And Be Forwarded Via Email To Brittany.n.cristelli.civ@us.navy.mil Not Later Than 10 Days Prior To The Due Date Listed Above Unless That Date Is Changed Via An Amendment. Inquiries Submitted After This Time Period May Not Receive A Response.
4201-4210 of 4219 active Tenders