Solar Tenders

Solar Tenders

OBANDO WATER DISTRICT Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 583.6 K (USD 10 K)
Details: Description Request For Quotation Rfq No. : Owd-rfq-2024-028 Rfq Date : December 20, 2024 Place Of Delivery : Obando Water District 004 P. Sevilla St., Catanghalan, Obando, Bulacan Date Of Delivery : Within Seven (7) Days Upon Receipt Of P.o. Approved Budget Of The Contract (abc) : Five Hundred Eighty-three Thousand Six Hundred Fifty-seven And 50/100 (php583,657.50) Pr No. : Owd-pr-2024-028 Bid Validity : Quotations Shall Be Valid Until March 31, 2025 Sir/madam, Please Quote Us Your Government Price/s For The Item/s Listed Below Not Later Than January 2, 2025, 4:00 Pm. Kindly Submit As Well Documentary Requirements, As Follows: 1. Mayor’s/business Permit 2. Philgeps Registration Number/certificate 3. Department Of Trade And Industries (dti) Certificate Of Business Registration/ Securities And Exchange (sec) Registration 4. Bir Certification Of Registration For Any Clarification, You May Contact Us At Telephone No. (02) 8367-7081 Or Email Address At Obandowd@yahoo.com. Very Truly Yours, Eric Joseph M. Avena Bac Secretariat Item No. Qty Unit Item Description Brand Unit Price (vat Inclusive) Total (vat Inclusive) 001 20 Pcs Coco Lumber 2x3x10 *for Scaffolding And As Form 002 2 Pcs Marine Plywood ¼” *5mm Thickness For Concrete Form 003 6 Kgs Cwn #4 *round Head And Diamond Point 004 6 Kgs Cwn #3 *round Head And Diamond Point 005 4 Kgs Cwn #2 *round Head And Diamond Point 006 2 Kgs Cwn #1 * Round Head And Diamond Point 007 6 Kgs Concrete Nail, #4 *for Concrete 008 3 Kgs Concrete Nail, #3 *for Concrete 009 2 Box Thhn Wire, #12 *stranded 010 7 Pcs 3-gang Switch (waterproof) *waterproof High Quality Switch Set 011 18 Pcs 2-gang Universal Outlet (waterproof) *waterproof & High Quality Outlet 012 14 Pcs Amco Box *matte Finish Abs Plastic 013 22 Pcs Junction Box With Cover (ceiling) *high Quality Polyvinyl Chloride (pvc) 014 10 Pcs Electrical Tape *resist High Voltages *tolerate Wide Temperature Variances 015 6 Pcs Led Ceiling Light 40 Watts *energy Saving & Long Lifetime 016 12 Pcs Electrical Pvc Pipe ½” *as Per Nec 352 017 12 Pcs Electrical Pvc Coupling ½” *as Per Nec 352 018 12 Pcs Electrical Pvc Elbow ½” *as Per Nec 352 019 12 Pcs Electrical Pvc End Bell ½” *as Per Nec 352 020 2 Pcs Circuit Breaker 30 Amp *rated Voltage:ac230/400v, 50/60hz *mechanical Life: 10000 Times 021 1 Pcs Circuit Breaker 20 Amp *rated Voltage:ac230/400v, 50/60hz *mechanical Life: 10000 Times 022 30 Pcs Hdpe Conduit ¾” (black) *flexible, Durable Material 023 5 Pcs Solar Street Light 120 Watts With Motion Detection *ip 65 Waterproof Rating *outdoor Led Light 024 80 Pcs Hollow Blocks #4 *for Exterior Wall *heavy Duty 025 6 Bags Cement *portland Cement, 40 Kg Bag 026 0.5 Cu.m Sand *fine 027 6 Pcs Deformed Steel Bars #10 *astm A615 *hot Rolled Deformed Bar Grade-40 028 1 Kgs Tie Wire *gauge #16 029 400 Pcs H0llow Blocks #5 *for Exterior Wall *heavy Duty 030 53 Bags Cement *portland Cement, 40 Kg Bag 031 5.5 Cu.m Sand *fine 032 2 Cu.m Gravel *crushed Stone *20mm In Size 033 30 Pcs Deformed Steel Bars #10 *astm A615 *hot Rolled Deformed Bar Grade-40 034 15 Pcs Deformed Steel Bars #12 * Astm A615 *hot Rolled Deformed Bar Grade-40 035 14 Pcs Deformed Steel Bars #16 *astm A615 *hot-rolled Deformed Bar Grade-40 036 2 Kgs Tie Wire *gauge #16 037 12 Pcs Machine/ Anchor Bolt 16 Mm *thread Pitch 2.0mm P. *high Tensile 038 10 Bags Cement *portland Cement, 40 Kg Bag 039 1 Cu.m Sand *fine 040 95 Bags Cement *portland Cement, 40 Kg Bag 041 6 Cu.m Sand *fine 042 11 Cu.m Gravel *crushed Stone *20mm In Size 043 80 Pcs Deformed Steel Bars #10 *astm A615 *hot-rolled Deformed Bar Grade-40 044 4 Kgs Tie Wire *gauge #16 045 52 Cu.m Backfill Materials *natural Soil *free From Rocks, Wood, Or Other Unsuitable Material 046 84 Pcs Angular Bar 2” X 2” (3.5mm) *6m Long Black Iron 047 15 Pcs Angular Bar 1 ½” X 1 ½” (3.5mm) *6m Long Black Iron 048 42 Pcs Tubular Steel 2x2 (1.5mm) *square, Galvanized Steel 049 3 Pcs Tubular Steel 2x3 (1.5mm) *square, Galvanized Steel 050 8 Pcs C-purlins 2x6 (1.5mm) *galvanized Steel 051 9 Pcs G.i. Pipe 4” Schedule 40 *zinc Coated, Plain End Steel Pipe 052 4 Pcs G.i. Pipe 3” Schedule 40 *zinc Coated, Plain End Steel Pipe 053 50 Pcs Cutting Disc *for Metal 054 2 Pcs Cut-off Cutting Disc 14” *for Metal 055 6 Boxes Welding Rod *welding Electrode 6013 056 24 Pcs Pre-painted Rib Type Roofing With Insulation *l-6.0m, T-0.5mm Cold-rolled Galvanized Iron Sheets 057 20 Pcs Pre-painted Plain Sheet 1.2m X 2.4m Cold-rolled Galvanized Iron Sheets 058 10 Pcs Side Flushing *pre-painted Gi Sheet 059 6 Pcs Ridgeroll *6m Pre-painted Gi Sheet 060 10 Pcs Stainless Gutter 16 X 8 Ft *box Type Stainless Mirror Or Brush Finish 061 3 Pcs Stainless Inside Gutter 24 X 8 Ft *box Type Stainless Mirror Or Brush Finish 062 4 Pcs Ficemboard 6.0mm *fiber Cement Board 6.0mm Thick 063 1000 Pcs Tex Screw *galvanized, Carbon Steel 064 6 Boxes Drill Bit 1/8” *high Speed Steel (hss) 065 2 Boxes Blind Rivets *aluminum 066 12 Pcs Pvc Pipe 4” (drainage) *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 067 11 Pcs Pvc Pipe 3” (drainage) *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 068 14 Pcs Pvc Pipe Tee Reducer 4”x3” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 069 1 Pc Pvc Pipe Tee 4” X 4” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 070 3 Pcs Pvc Pipe Coupler 4” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 071 28 Pcs Pvc Pipe Elbow 3” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 072 2 Pcs Pvc Pipe Elbow 4” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 073 2 Pcs Pvc Pipe End Cap 4” *polyvinyl Chloride Pipe As Per Astm 2729 Or Iso R-161 074 1 Gals Qde *can Be Thinned With A Solvent *gloss Finish 075 3 Gals Epoxy Primer Paint (gray) *dry Film Thickness 25um Per Coat *excellent Water Resistance 076 3 Gals Roof Paint (green) *acrylic Latex Paint *gloss Finish 077 30 Pcs Sand Paper (#150) *waterproof Abrasive Paper 078 6 Pcs Baby Roller (cotton) *cotton Fiber 079 4 Pcs Paint Brush (#2) *wooden Handle *white Or Black Bristles 080 4 Pcs Paint Brush (#1) *wooden Handle *white Or Black Bristles 081 1 Gal Lacquer Thinner *can Dissolve Most Resins And Stains 082 1 Tins Flat Latex *100% Acrylic Latex *for Interior And Exterior Use 083 2 Tins Semi-gloss Latex *100% Acrylic Latex *for Interior And Exterior Use 084 1 Ltr Acri Color *concentrated Acrylic-solvent Based Tinting Colorant 085 4 Bags Skimcoat *super Fine White *indoor And Outdoor Use *low Voc Levels *crack Resistant *excellent Surface Adhesion 086 10 Pcs Sand Paper (#150) *waterproof Abrasive Paper 087 2 Pcs Masking Tape *pressure-sensitive Tape *made Of A Thin And Easy-to-tear Paper *easily Released Pressure-sensitive Adhesive 088 2 Pcs Roller (#7) *7 Inches *cotton Fiber *plastic Pan 089 2 Pcs Baby Roller (cotton) *cotton Fiber 090 2 Pcs Paint Brush (#2) *wooden Handle *white Or Black Bristles 091 2 Pcs Paint Brush (#1) *wooden Handle *white Or Black Bristles 092 2 Gals Waterproofing Paint *excellent Adhesion On Concrete Substrates *cementitious Finish Total Amount Quotation Submitted By: Name Of Company/establishment : Address : Philgeps Registration No. (required) : Printed Name & Signature Of Authorized Representative : Designation/position : Contact No./s Date :

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 285.8 K (USD 4.9 K)
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece All Purpose Cream 25 90.00 2,250.00 3 Piece Aluminum Pie Plate 6 Inches 5 70.00 350.00 4 Piece Angle Grinder (100 Mm) 2 2,500.00 5,000.00 5 Piece Angle Grinder (180-230 Mm) 1 3,000.00 3,000.00 6 Piece Baking Pan 6/3 Inches 5 50.00 250.00 7 Piece Baking Powder 10 50.00 500.00 8 Piece Baking Soda 1 50.00 50.00 9 Piece Ballpen Black 50 10.00 500.00 10 Piece Ballpen, Blue 50 10.00 500.00 11 Piece Bench Grinder 3/4 Hd 1 2,400.00 2,400.00 12 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 13 Piece Bleach, 3785 Ml 30 200.00 6,000.00 14 Piece Butter 20 100.00 2,000.00 15 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 16 Piece Chipping Hammer 10 350.00 3,500.00 17 Piece Circuit Breaker 20 Amps 5 240.00 1,200.00 18 Piece Claw Hammer 5 250.00 1,250.00 19 Piece Computer Keyboard 5 1,000.00 5,000.00 20 Piece Computer Mouse 5 500.00 2,500.00 21 Piece Conference Notebook 50 190.00 9,500.00 22 Piece Corn Oil 2 250.00 500.00 23 Piece Correction Tape 50 30.00 1,500.00 24 Piece Cross Cut Saw 5 250.00 1,250.00 25 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 26 Piece Cutting Disc 4 Inches 100 85.00 8,500.00 27 Kg Cw Nails # 1 20 75.00 1,500.00 28 Kg Cw Nails # 1 1/2 20 75.00 1,500.00 29 Kg Cw Nails # 2 20 75.00 1,500.00 30 Kg Cw Nails # 2 1/2 20 75.00 1,500.00 31 Kg Cw Nails # 3 20 75.00 1,500.00 32 Kg Cw Nails # 4 20 75.00 1,500.00 33 Piece Dater Stamp 10 1,800.00 18,000.00 34 Piece Diploma 580 25.00 14,500.00 35 Piece Diploma Jacket 580 40.00 23,200.00 36 Piece Dishwashing Liquid 20 200.00 4,000.00 37 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 38 Piece Double Sided Tape 5 50.00 250.00 39 Piece Dry Seal Of The School 2 2,500.00 5,000.00 40 Tray Egg 20 300.00 6,000.00 41 Kg Electrode Welding Holder 300-500 Amps 5 300.00 1,500.00 42 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 43 Can Evaporated Milk 20 70.00 1,400.00 44 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 45 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 46 Kg Flour 20 75.00 1,500.00 47 Piece Foot Rug 30 30.00 900.00 48 Piece Frame, A4 50 100.00 5,000.00 49 Meter Fringes, Green 150 30.00 4,500.00 50 Meter Fringes, Yellow 150 30.00 4,500.00 51 Piece Glue Stick 50 5.00 250.00 52 Piece Glue Stick, Small 100 5.00 500.00 53 Piece Grinding Disc 4 Inches 50 30.00 1,500.00 54 Piece Grinding Disc 7 Inches 20 50.00 1,000.00 55 Piece Ground Clamp For Welding 5 300.00 1,500.00 56 Piece Hand Soap 50 50.00 2,500.00 57 Piece Hand Towel 10 40.00 400.00 58 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 59 Piece L Square 2 300.00 600.00 60 Piece Led Buld 100 Watts 80 150.00 12,000.00 61 Tank Lpg Refill 10 1,300.00 13,000.00 62 Piece Masking Tape, 2" 50 120.00 6,000.00 63 Piece Medal Bronze 500 40.00 20,000.00 64 Piece Medal, Gold 200 40.00 8,000.00 65 Piece Medal, Silver 200 40.00 8,000.00 66 Meter Organsa Cloth 10 60.00 600.00 67 Can Paint, Tinting 1/4l, Black 3 160.00 480.00 68 Can Paint, Tinting 1/4l, Blue 3 160.00 480.00 69 Can Paint, Tinting 1/4l, Green 3 160.00 480.00 70 Can Paint, Tinting 1/4l, Red 3 160.00 480.00 71 Can Paint, Tinting 1/4l, Yellow 3 160.00 480.00 72 Can Paint, White , Gallon 4 800.00 3,200.00 73 Piece Paper Cutter 20 50.00 1,000.00 74 Piece Pencil 50 15.00 750.00 75 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 76 Piece Plier / Tong 10 350.00 3,500.00 77 Sheet Plywood 1/4x4x8 10 240.00 2,400.00 78 Piece Pull-push-roll 3 150.00 450.00 79 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 80 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 81 Pack Rubber Band 15 30.00 450.00 82 Piece Scissors 50 100.00 5,000.00 83 Piece Scotch Tape, 2" 50 70.00 3,500.00 84 Meter Silk Satin Green 30 50.00 1,500.00 85 Meter Silk Satin Yellow 30 50.00 1,500.00 86 Set Soft Broom With Dust Pan 70 150.00 10,500.00 87 Set Sponge Mop With Squeezer 30 500.00 15,000.00 88 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 89 Box Stranded Wire # 12 1 2,500.00 2,500.00 90 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 91 Box Thumbtacks 50 10.00 500.00 92 Pack Tissue Paper, 12's 50 160.00 8,000.00 93 Piece Token For Guest Speakers 3 500.00 1,500.00 94 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 95 Pack Vellum, A4 150 50.00 7,500.00 96 Piece Vise Grip 25 250.00 6,250.00 97 Piece Weighing Scale (25 Kg Capacity) 3 2,000.00 6,000.00 98 Piece Welding Aprons 20 400.00 8,000.00 99 Meter Welding Cable 2/0 50mm 20 Meters 1 2,000.00 2,000.00 100 Kg Welding Electrode # 6011 10 140.00 1,400.00 101 Kg Welding Electrode # 6013 10 140.00 1,400.00 102 Kg Welding Electrode # 7018 10 140.00 1,400.00 103 Piece Welding Gloves 20 250.00 5,000.00 104 Piece Welding Machine 300 Amp, Ac Welder Single Phase, Fan Cooled, Good Arc Starting And Arc Force, Stable Arc High Quality Welding, Deep Melting Pool Stepless Current Adjustment Stable Performance, Can Work Continuously Rated Output Current : 300a Power Voltage : 220v Current Range : 90 To 300a Coil Winding: Copper Usable Electrode : 2.5mm To 6mm 25kva / 13kw 1 15,000.00 15,000.00 105 Piece Welding Mask 20 400.00 8,000.00 106 Kg White Sugar 10 120.00 1,200.00 Total 285,850.00 Amount In Words: Two Hundred Eighty Five Thousand Eight Hundred Fifty Pesos Only

City Of Tayabas Tender

Security and Emergency Services
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 7 Million (USD 120.6 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) – Drrmo 1. The City Government Of Tayabas, Through The 5% Drrm Fund 2025intends To Apply The Sum Seven Million Pesos (php 7,000,000.00) Being The Abc To Payments Under The Contract For Project # 25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) - Drrmo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 56cd Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 (wednesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Ten Thousand Pesos (p 10,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On January 30, 2025 (thursday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 11, 2025 (tuesday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025 (tuesday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Lot Supply, Delivery, Installation, Testing, Integration And Commissioning Of Closed-circuit Television (cctv) System Project Scope 1. Laying Of Fiber Optic Network Backbone Having The Following Specifications: • 16-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers W/ Built-in Gi Wire For Aerial Mounting To Electric Posts. • Accessories Needed In The Installation Such As But Not Limited To: Large Size Metal Clams, Hooks, Pulleys, Fiber Cable Trays W/ Downspout (wiring System Bridge Application) W/ Support To Incase Cover And Organize Fiber Cables, Distribution Splice Box (in Needed) And Other Cablings • Backbone Route Should Strategically Covered All The Identified Locations Of The New Cameras To Be Installed And The Existing Cameras Already Installed. • Endpoint Should Be The Drrm Office And Have Extended Connection To New City Hall • Permits Needed (if Any) In The Laying The Fiber Backbone Shall Be Shouldered By The Supplier. 2. Networked Cameras Having The Following Components /specs: • 32 Pcs Of Network Camera 8-mp (3840x2160) @30 Fps. 24/7 Colored With Built-in Warm Illuminator (max Illumination Distance: 50 Meters), Supports Maximum Of 256 Gb Micro Sd Card With Built-in Mic And Speaker Also Supports Epoe, Ip67 Protection. • All Cameras Shall Be Powered By Electrical Via Poe Switch (4 Ethernet Port, 2 Port Uplink Ethernet 1.2gbps Over Ieee 802.3, 48v 3a For Ip Cameras, Ap Or Ip Poe Voip. Should Use Circuit Breaker 240vac (industrial Type) Ip20 Molded Case 3-pole 10/15amps. Necessary Permits Shall Be Shouldered By The Supplier For The Electrical Supplies. • 32 Pcs Of Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in-4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. • 32 Pcs Of Ip67 Terminal/utility Box 400mm X 300mm X 180 Mm With Key Lock, Ce/rohs/iso9001 Type Approved Bundled With Complete Mounting Screws And Metal Belts & Locks. • Materials, Paraphernalia Needed In The Installation And Networking Of The Cameras Like, But Not Limited To Network Cat-6e Outdoor Type Cable, Cable Tie, Screws, Metal Clamps, Gi, Wires, Outlets, Electrical Wires Rj45 Connectors, Nails, Sealant, Etc.) Are Included. 3. Main Cctv Network Cabinet, Monitoring, Control System And Main Storage Having The Following Components /specs: • 1 Pc Of 32u Network Data Cabinet Server Rack With Glass Door • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Rackmount Ups - 2.7kwatts / 3.0kva • 80 Tb (in Total) Surveillance Hard Drive 24/7 Operation. • 2 Sets Of Desktop Computer (not Assembled) - Intel Core I5 (or Equivalent) Processor (6m Cache, Up To 3.50 Ghz) / 8gb Ram / 128gb Solid State Drive + 1tb Hdd, 4gb Video Card, With 24-in Monitor, Keyboard And Mouse, Os License And Ms Office Included. • 2-sets Ultra-thin Bessel Surveillance Led 75" (6.25ft X 6.25ft) Tv To Be Mounted In The Wall With Enclosure Plus Ornamentation & Color Scheme. • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The Drrm Office 4. Extension Of Cctv Network Cabinet And Monitoring Having The Following Components /specs: • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The New City Hall. 5. Integration Of The Of Existing Cctv Cameras To The New Cctv System With The Following Components: • Power-up The Existing Cameras Installed In Different Places And The Related Equipment, Control System. • Integrate The Cameras Into The Fiber Optic Backbone, Provided The Camera Location Is Within Range. 6. Assembly, Erection, And Installation Of Cctv Tower: • Assembly, Erection, And Installation Of The Cctv Tower And Its Components At The Roof Deck Of The Tayabas Drrm Building. • Integration Of The Tower With The Fiber Optic Network And The Overall Cctv System • Installation Of Lightning Arrester And Solar Powered Warning Tower Lights Beacon As Part Of The Tower Components. Refer To The Terms Of Reference Of The Project For More Details. 1 ***nothing Follows*** January 22, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)
Details: Description Invitation To Bid December 26, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0117 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd- K1084+018 -k1084+914, K1086+112 – K1086+940 Contract Location : Caibiran, Biliran (11.563842°, 124.570051° - 11.56508°, 124.575899°; 11.563979°, 124.586687° - 11.55929°, 124.592931°) Project Description/scope Of Work : Road Concreting Of 3.448 Lane Kilometer, Shouldering, Drainage, Slope Protection And Solar Lightings. Approved Budget For The Contract : P 77,198,022.59 Contract Duration : 290.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0118 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+660 - K1039+710 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.504446°, 11.586165° To 124.504884°, 11.586058°) Project Description/scope Of Work : Construction Of 2073.61 Sq.m / 50 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,997,784.96 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0119 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+710 - K1039+750 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran District (124.50488°, 11.586064° To 124.505242°, 11.586159°) Project Description/scope Of Work : Construction Of 2083.95 Sq.m / 40 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,000.00 Contract Duration : 222.00 Cd Cost Of Bidding Documents : P 25,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0120 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+750 - K1039+780 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.505235°, 11.586134 To 124.50549°, 11.586166°) Project Description/scope Of Work : Construction Of 2094.3 Sq.m / 30 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,521.14 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0121 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+910 - K1039+945 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.506375°, 11.58622° To 124.507009°, 11.586235°) Project Description/scope Of Work : Construction Of 2057.63 Sq.m / 35 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,530.99 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0122 Contract Name : Construction Of Multi-purpose Building, Barangay Bacolod, Culaba, Biliran Contract Location : Brgy. Bacolod, Culaba, Biliran (11.667799⁰, 124.518964⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,478.42 Contract Duration : 110.00 C.d. Cost Of Bidding Documents : P 5,000.00 7. Procurement Id/contract Id : 25ia0123 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay San Pablo, Naval, Biliran Contract Location : Barangay San Pablo, Naval, Biliran 11.541517, 124.422666 Project Description/scope Of Work : Completion Of 1 Unit 1-storey Multi-purpose Building (covered Court) Approved Budget For The Contract : P 2,968,130.81 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 8. Procurement Id/contract Id : 25ia0124 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Tabunan, Almeria, Biliran Contract Location : Barangay Tabunan, Almeria, Biliran (11.65315, 124.361759) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 1,978,237.98 Contract Duration : 90.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 27, 2024 – January 15, 2025 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 27, 2024 – January 15, 2025 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference January 3, 2025; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids January 15, 2025, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids January 15, 2025; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_biliran For Electronic Submission On Or Before January 15, 2025 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Page 4 Of 4 11. Bid Opening Shall Be On January 15, 2025 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 26, 2024

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 48.9 Million (USD 838.8 K)
Details: Description Invitation To Bid December 26, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0117 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd- K1084+018 -k1084+914, K1086+112 – K1086+940 Contract Location : Caibiran, Biliran (11.563842°, 124.570051° - 11.56508°, 124.575899°; 11.563979°, 124.586687° - 11.55929°, 124.592931°) Project Description/scope Of Work : Road Concreting Of 3.448 Lane Kilometer, Shouldering, Drainage, Slope Protection And Solar Lightings. Approved Budget For The Contract : P 77,198,022.59 Contract Duration : 290.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0118 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+660 - K1039+710 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.504446°, 11.586165° To 124.504884°, 11.586058°) Project Description/scope Of Work : Construction Of 2073.61 Sq.m / 50 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,997,784.96 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0119 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+710 - K1039+750 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran District (124.50488°, 11.586064° To 124.505242°, 11.586159°) Project Description/scope Of Work : Construction Of 2083.95 Sq.m / 40 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,000.00 Contract Duration : 222.00 Cd Cost Of Bidding Documents : P 25,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0120 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+750 - K1039+780 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.505235°, 11.586134 To 124.50549°, 11.586166°) Project Description/scope Of Work : Construction Of 2094.3 Sq.m / 30 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,521.14 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0121 Contract Name : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Naval-caibiran Cross Country Rd., K1039+910 - K1039+945 Contract Location : Sitio Canceso, Brgy. Cabibihan, Caibiran, Biliran (124.506375°, 11.58622° To 124.507009°, 11.586235°) Project Description/scope Of Work : Construction Of 2057.63 Sq.m / 35 Ln.m Road Slope Protection Structure Approved Budget For The Contract : P 48,998,530.99 Contract Duration : 222.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0122 Contract Name : Construction Of Multi-purpose Building, Barangay Bacolod, Culaba, Biliran Contract Location : Brgy. Bacolod, Culaba, Biliran (11.667799⁰, 124.518964⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,478.42 Contract Duration : 110.00 C.d. Cost Of Bidding Documents : P 5,000.00 7. Procurement Id/contract Id : 25ia0123 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay San Pablo, Naval, Biliran Contract Location : Barangay San Pablo, Naval, Biliran 11.541517, 124.422666 Project Description/scope Of Work : Completion Of 1 Unit 1-storey Multi-purpose Building (covered Court) Approved Budget For The Contract : P 2,968,130.81 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 8. Procurement Id/contract Id : 25ia0124 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Tabunan, Almeria, Biliran Contract Location : Barangay Tabunan, Almeria, Biliran (11.65315, 124.361759) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 1,978,237.98 Contract Duration : 90.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 27, 2024 – January 15, 2025 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 27, 2024 – January 15, 2025 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference January 3, 2025; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids January 15, 2025, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids January 15, 2025; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_biliran For Electronic Submission On Or Before January 15, 2025 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Page 4 Of 4 11. Bid Opening Shall Be On January 15, 2025 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 26, 2024

Municipality Of Mercedes, Camarines Norte Tender

Electronics Equipment...+3Security and Emergency Services, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 750 K (USD 12.8 K)
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For The Supply Of Materials/labor - Installation Of Cctv Camera For Barangay. 4, Barangay 6, Barangay 7, Barangay Catandunganon, Brgy. Matoogtoog, Mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The 20% Municipal Development Fund 2025 Intends To Apply The Sum Of Seven Hundred Fifty Thousand Pesos Only (php750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Materials/labor - Installation Of Cctv Camera For Barangay. 4, Barangay 6, Barangay 7, Barangay Catandunganon, Brgy. Matoogtoog, Mercedes, Camarines Norte - Identification Number 8911-25-01-0019. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Supply Of Materials/labor - Installation Of Cctv Camera For Barangay. 4, Barangay 6, Barangay 7, Barangay Catandunganon, Brgy. Matoogtoog, Mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Installation Of Cctv Camera - Barangay 4 1 2 Pcs Outdoor Bullet Network Camera, 4mp, 2.8mm 2 6 Pcs Outdoor Bullet Network Camera, 4mp, 4mm 3 1 Pc Network Video Recorder, 16channel 4 1 Pc 4tb 3.5inch Hard Drive, Skyhawk 5 1 Pc 32inches Led Monitor 6 1 Pc 8port Poe Switch 7 3 Pcs 4port Poe Switch 8 1 Pc Media Converter 3a3b 9 1 Pair Media Converter 10 1 Pc Ups 1000va 11 1 Pc Data Cabinet 12 1 Roll Fiber Optic Cable 2core 13 4 Pcs Nap Box 14 1 Pc Cat6 Utp Cable Outdoor 15 8 Pcs Cctv Box 16 1 Lot Sc Connectors, Rj45, Tox And Screws, Electrical Tape, Cable Ties, Cable Clip, F-clamps And Other Accessories 17 1 Lot Labor Installation Of Cctv Camera - Barangay 6 1 2 Pcs Outdoor Bullet Network Camera, 4mp, 2.8mm 2 6 Pcs Outdoor Bullet Network Camera, 4mp, 4mm 3 1 Pc Network Video Recorder, 16channel 4 1 Pc 4tb 3.5inch Hard Drive, Skyhawk 5 1 Pc 32inches Led Monitor 6 1 Pc 8port Poe Switch 7 3 Pcs 4port Poe Switch 8 1 Pc Media Converter 3a3b 9 1 Pair Media Converter 10 1 Pc Ups 1000va 11 1 Pc Data Cabinet 12 1 Roll Fiber Optic Cable 2core 13 4 Pcs Nap Box 14 1 Pc Cat6 Utp Cable Outdoor 15 8 Pcs Cctv Box 16 1 Lot Sc Connectors, Rj45, Tox And Screws, Electrical Tape, Cable Ties, Cable Clip, F-clamps And Other Accessories 17 1 Lot Labor Installation Of Solar Streetlights - Barangay Cayucyucan 1 2 Pcs Outdoor Bullet Network Camera, 4mp, 2.8mm 2 6 Pcs Outdoor Bullet Network Camera, 4mp, 4mm 3 1 Pc Network Video Recorder, 16channel 4 1 Pc 4tb 3.5inch Hard Drive, Skyhawk 5 1 Pc 32inches Led Monitor 6 1 Pc 8port Poe Switch 7 3 Pcs 4port Poe Switch 8 1 Pc Media Converter 3a3b 9 1 Pair Media Converter 10 1 Pc Ups 1000va 11 1 Pc Data Cabinet 12 1 Roll Fiber Optic Cable 2core 13 4 Pcs Nap Box 14 1 Pc Cat6 Utp Cable Outdoor 15 8 Pcs Cctv Box 16 1 Lot Sc Connectors, Rj45, Tox And Screws, Electrical Tape, Cable Ties, Cable Clip, F-clamps And Other Accessories 17 1 Lot Labor Installation Of Cctv Camera - Barangay Catandunganon 1 2 Pcs Outdoor Bullet Network Camera, 4mp, 2.8mm 2 6 Pcs Outdoor Bullet Network Camera, 4mp, 4mm 3 1 Pc Network Video Recorder, 16channel 4 1 Pc 4tb 3.5inch Hard Drive, Skyhawk 5 1 Pc 32inches Led Monitor 6 1 Pc 8port Poe Switch 7 3 Pcs 4port Poe Switch 8 1 Pc Media Converter 3a3b 9 1 Pair Media Converter 10 1 Pc Ups 1000va 11 1 Pc Data Cabinet 12 1 Roll Fiber Optic Cable 2core 13 4 Pcs Nap Box 14 1 Pc Cat6 Utp Cable Outdoor 15 8 Pcs Cctv Box 16 1 Lot Sc Connectors, Rj45, Tox And Screws, Electrical Tape, Cable Ties, Cable Clip, F-clamps And Other Accessories 17 1 Lot Labor Installation Of Cctv Camera - Barangay Matoogtoog 1 2 Pcs Outdoor Bullet Network Camera, 4mp, 2.8mm 2 6 Pcs Outdoor Bullet Network Camera, 4mp, 4mm 3 1 Pc Network Video Recorder, 16channel 4 1 Pc 4tb 3.5inch Hard Drive, Skyhawk 5 1 Pc 32inches Led Monitor 6 1 Pc 8port Poe Switch 7 3 Pcs 4port Poe Switch 8 1 Pc Media Converter 3a3b 9 1 Pair Media Converter 10 1 Pc Ups 1000va 11 1 Pc Data Cabinet 12 1 Roll Fiber Optic Cable 2core 13 4 Pcs Nap Box 14 1 Pc Cat6 Utp Cable Outdoor 15 8 Pcs Cctv Box 16 1 Lot Sc Connectors, Rj45, Tox And Screws, Electrical Tape, Cable Ties, Cable Clip, F-clamps And Other Accessories 17 1 Lot Labor Xxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Sixty (60) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 2025 Until 8:30 Am Of February 3, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only Php500.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am February 3, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:00 Am Of February 3, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. The Local Government Unit Of Mercedes, Camarines Norte, 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. 10. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 11. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph January 24, 2025 ________________________________ Macario B. Totanes Bac Chairman

Eastern Samar State University - ESSU Tender

Others...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 592.8 K (USD 10.2 K)
Details: Description Request For Quotation (rfq) Date: February 05, 2025 Rfq No.: 2025-ron015 Pr#: 2025-01-031 The Owner/proprietor _________________________ _________________________ Sir/ma’am: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following & Fill-up The Above Portion “the Owner/proprietor& The Portion Below The Price Quotation: Name Of The Transaction: Purchase Of Electrical Supplies & Materials For The Rehabilitation Of Electrical Wirings Of Ati Building, Additional Lightings For Coe, Canuctan Hall & Other Buildings. Terms And Conditions 1. The Total Approved Budget For The Contract (abc) Is Five Hundred Ninety Two Thousand Eight Hundred Pesos Only (₱592,800.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations; 3. Submission Of Bids Through Sealed Envelope Or Electronic Mail To Essubacoffice1@gmail.com When: On Or Before 9:00 Am Of February 11, 2025 Where: Quotation Drop Box, Bac Office, 2nd Floor Of Essu Admin Building 4. Opening Of Submitted Rfqs: When: Exactly 10:00 Am Of February 11, 2025 Where: Procurement Office, 2nd Floor Of Essu Admin Building 5. Evaluation Of Bids Shall Be Conducted On A “per Item” Basis; Delivered To Essu Main Campus 6. Delivery Period Is Fifteen Calendar Days (15 Cd) Upon Receipt Of Notice To Proceed (ntp). 7. If Awarded The Contract, Processing Of Payment Shall Be Made Within Five (5) Working Days Upon Receipt Of Billing Request. 8. Refusal To Accept An Award May Be Ground For Imposition Administrative Sanctions Under Rule Xxiii Of The 2016 Revised Irr Of Ra 9184; And 9. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Made Him/her Liable For Damages For The Delay. 10. Subject To The Submission Of The Following Documents: Failure To Submit The Same May Result For A Disqualification Under The Applicable Law. A. Dti/sec Certificate Of Registration B. Income /business Tax Return (abc’s Above 500k) C. Mayor’s /business Permit D. Philgeps Class “a” Platinum Or Philgeps Registration Number E. Omnibus Sworn Statement Notarized (for Abc’s Above 50k) F. Professional License/curriculum Vitae (consulting Services Only) G. Pcab License (infra Project Only H. Request For Quotation (rfq) 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable Rolando L Cadalin Jr. Authorized Canvasser Dr. Jerald P. Torillo Bac Chairperson To The Bac Chairperson: I Have Read And Understood The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Above Terms And Conditions. Item # Qty Unit Particular Abc Bid Price Unit Price Total Amount 1 3 Box 5.5 Mm² Thhn Wire 18,000.00 2 4 Box 3.5 Mm² Thhn Wire (red) 22,000.00 3 4 Box 3.5 Mm² Thhn Wire (white) 22,000.00 4 5 Box 2.0 Mm² Thhn Wire (red) 22,500.00 5 5 Box 2.0 Mm² Thhn Wire (white) 22,500.00 6 2 Rolls Flexible Hose 1/2 Diameter 1,400.00 7 100 Set Junction Box W/ Cover, Pvc 4 Inches Diameter 3,000.00 8 50 Pcs Utility Box, Pvc 1,500.00 9 150 Set Led Tube Set, 16 Watts 82,500.00 10 30 Pcs Ceiling Receptacle 4 1/4" W/screw For Bulb 3,600.00 11 100 Pcs Bulb, Led, Cool Daylight, E27 - 15w 30,000.00 12 10 Pc Circuit Breaker, Plug-in, 15at, 2 Pole 5,000.00 13 10 Pc Circuit Breaker, Plug-in, 20at, 2 Pole 5,000.00 14 10 Pc Circuit Breaker, Plug-in, 30at, 2 Pole 5,000.00 15 10 Pc Circuit Breaker, Plug-in, 40at, 2 Pole 5,000.00 16 3 Pc Circuit Breaker, Plug-in, 60at, 2 Pole 1,500.00 17 2 Pc Circuit Breaker, Plug-in, 100at, 2 Pole 1,600.00 18 10 Set 1-gang Switch Flush Type 2,000.00 19 5 Set 2-gang Switch Flush Type 1,250.00 20 6 Set 3-gang Switch Flush Type 1,800.00 21 1 Pc Gray Spray Paint 250.00 22 50 Set Outlet, 2 Gang Flush Type 9,000.00 23 20 Set Outlet, 4 Gang Surface Type 2,800.00 24 5 Box Staple Wire #1 500.00 25 2 Pack Pvc Clip 1/2 Diameter 400.00 26 100 Roll Electrical Tape, Vinyl Tape, 16 Meters 6,500.00 27 1 Set 2.5hp Window Type Aircon, 230volts, Single Phase, Non-inverter 45,000.00 28 12 Set Ceiling/orbit Fan, 16" Diameter 36,000.00 29 3 Pc Safety Breaker 20amps 1,800.00 30 10 Pcs Kit Includes Scissors, Safety Pins, First Aid Tape, Gauze, Iodine, Cotton 5,000.00 31 1 Unit Vacuum Cleaner Heavy Duty 5,000.00 32 250 Pc Wood Screw ( Gypsum) , 1'' Long 1,250.00 33 5 Pack Cable Tie, 10 '' X 4 Mm Wide , Plastic 600.00 34 5 Pack Nippon 9/10mm X 16m (self Fusing Rubber Tape) 1,250.00 35 2 Box Nm 1.6 Mm 2c (10/2 ) Pdx # 14 8,000.00 36 1 Box Nm 2.0 Mm 2c ( 12/2 ) Pdx # 12 6,000.00 37 1 Box Nm 2.6 Mm 2c (10/2 ) Pdx # 10 8,000.00 38 3 Pair Electrical Insulating Gloves Withstanding 400volts 900.00 39 2 Doz. Ultra Thin Safety Work Gloves, Nylon Shell, Black Polyurethane Coated Light Duty 3,600.00 40 1 Set Panel Board 10holes, 2pole, Plug In Type, Single Phase With Panel Board Directory Sticker And Grounding Terminal. 100at Main Cb With The Following Included Branch Circuit Cb, 2pcs 20at, 4pcs 30at, 2pcs 15at 12,000.00 41 1 Set Panel Board 12holes, 2pole, Plug In Type, Single Phase With Panel Board Directory Sticker And Grounding Terminal. 100at Main Cb With The Following Included Branch Circuit Cb, 4pcs 15at, 5pcs 20at, 2pcs 30at 13,500.00 42 1 Set Panel Board 16holes, 3pole, Plug In Type, Three Phase 100at Main Cb With Panel Board Directory Sticker And Grounding Terminal. With The Following Included Single Phase Branch Circuit Cb, 7pcs 20at, 5pcs 30at, 3pcs 60at 28,000.00 43 5 Pc Aircon Capacitor, 40µf , 450v 2,250.00 44 5 Pc Aircon Capacitor, 45µf , 450v 2,250.00 45 5 Pc Aircon Capacitor, 4µf 750.00 46 5 Pc Capacitor, 5µf 750.00 47 5 Pc Capacitor, 6µf 750.00 48 5 Pc Capacitor, 7.5µf 1,000.00 49 5 Pcs Propane Mapp Gas 4,500.00 50 50 Pcs Silver Rod, 1.3mm X 3.2mm X 500mm 2,600.00 51 2 Tank Refrigerant, 410a 11.3-13kg 18,000.00 52 4 Tank Refrigerant, 22 11.3-13kg 36,000.00 53 2 Set Microphone, Wired, Dynamic, R21s (3/set) 10,000.00 54 8 Pack Size Aa( 4pc/pack ) 1.5 Vdc, Rechargeable Battery Heavy Duty 8,000.00 55 4 Pc 200 Watts (not Solar Powered) 8,800.00 56 5 Pc Rubber Ended Male Xlr 1,000.00 57 5 Pc Rubber Ended Female Xlr 1,000.00 58 5 Pc 6.5 Mm , Ts Rubber End Cap 900.00 59 5 Pc 6.5 Mm , Trs Rubber End Cap 900.00 60 10 Pc Heavy Duty Speak On 2,000.00 61 2 Roll Stereo Microphone Cable, Braided, 6.8mm 24,000.00 62 1 Pc 60watts Industrial Grade Soldering Iron 600.00 63 1 Pcs Heavy Duty Desoldering Pump 150.00 64 1 Set Desk Light Magnifying Glass Stand 550.00 65 1 Pcs 3pins Xlr Wireless Remote Control Receiver For Smoke Fog Machine 350.00 66 4 Pcs Power Supply Power Board Lpc-007 3,600.00 67 2 Pcs Par Lead 54 Bulb X3w Rgbw Lp001 6,000.00 68 4 Set Metal Halide Lamp 7r W 3,600.00 Please Fill-out This Portion Legibly And Completely: Name Of Business Or Firm: _________________________________________________________________ Authorized Representative: _______________________________________ Date: ___________________________ Signature Over Printed Name Position In Firm: ________________________________________________ Contact Number: _________________ Business Address: _________________________________________________________________________________

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Navy Reentry Systems Technical Engineering Services (non-da/pa) synopsis this Is A Sources Sought Notice (ssn) Announcement. Ssns Are Issued To Assist The Agency In Performing Market Research To Determine Industry Interest And Capability. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. Therefore, No Proposals Are Being Requested Or Accepted In Response To This Ssn. 5.0 Purpose in Accordance With (iaw) Federal Acquisition Regulation (far) Part 10, Ssp Is Conducting Market Research To Determine If Sources Are Capable Of Successfully Performing The Requirements Identified In This Ssn. Specifically, Ssp Is Seeking Capable Firms For Engineering And Technical Services With An Emphasis On Navy Reentry Bodies (rb) Vulnerability And Performance, Systems Analysis And Effectiveness, Nuclear Weapons Surety And System Safety, Radiological Health And Radiation Control, And Future Navy Program Development As Cited In Paragraph 8.0 Below. the Contract Type Will Include Cost Plus Fixed Fee, Level Of Effort, Term Contract Line Item Numbers (clins). The Period Of Performance (pop) Will Include A Fy26 Effort From 1 October 2025 – 30 September 2026. note: Given The Highly Technical Nature Of Ssp’s Mission Set As A Major Weapons Systems Command And Corresponding Technical Requirements, Respondents Must Provide Recent And Relevant Past Performance Data (as Detailed Below) To Demonstrate And Substantiate The Respondents Ability To Successfully Execute Requirements Detailed In This Ssn. 6.0 White Paper Capability Statement Credentials a. Ssp Is Seeking Detailed, Complete, And Thorough White Paper Capability Statements From Interested Firms Who Can Demonstrate And Document, With Evidentiary Support, That They 1) Possess The Minimum Qualifications And Experience Identified In Paragraph 7.0 Which Are Critical To The Successful Execution Of The Requirements, And 2) Demonstrate Recent And Relevant Experience, As The Prime Contractor (or Subcontractor) Performing The Same/similar Efforts Of The Same/similar Scope, Size, And Complexity To The Requirements Identified In Paragraph 8.0. Interested Firms Must Demonstrate Their Existing Capability, Or Potential To Acquire The Capability, To Meet The Requirements Identified In Paragraph 8.0 Requirements By The Time Of Contract Award, Estimated To Be 1 October 2025. 6.1 Small Business Concerns iaw Far Subpart 19.2 Polices, Ssp Seeks To Provide Maximum Practicable Opportunities In Its Acquisitions To Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, And Women-owned Small Business Concerns. Small Business Concerns Who Possess The Minimum Qualifications And Experience Identified In Paragraph 7.0 And Who Can Demonstrate Its Concerns’ Capability (or Ability To Obtain The Capability By The Contract Award Date) To Execute The Complete Requirements Identified In The Requirements Identified In Paragraph 8.0, As Well Provide The Requisite Past Performance Experience Detailed In Section 9.0, Are Encouraged To Respond To This Ssn. if A Small Business Concern Intends To Partner With Another Entity, The Small Business Concern Must Identify Which Specific Requirements Identified In Paragraph 8.0 Efforts/tasks It Intends To Perform, As Well As The Specific Efforts/tasks The Partner Will Perform, With The Substantiating Data Required In This Ssn Supporting The Identified Partnering Roles And Responsibilities. Note: 100% Of The Requirements Identified In Paragraph 8.0 Structure And Ssn Requirements Must Be Addressed In Any Submitted Partnering Submittal, If Obtainable. note: In The Event This Contract Is Set Aside For Small Business Concerns, The Small Business Concern Agrees That It Will Be In Strict Compliance And Conformance With The Percentage Payment Limitations For Services, Supplies, Or Construction (as Applicable) To Subcontractors That Are Not Similarly Situated Entities In Accordance With Far 52.219-14 Limitations On Subcontracting And State Such In Their Response. 7.0 Minimum Qualifications / Experience Requirements interested Firms Shall Document And Submit Specific And Evidenced / Demonstrated Possession Of The Minimum Qualifications And Experience Requirements In The Technical Areas Identified In Bullets A Through Z Below Which Are Critical To The Successful Execution Of The Requirements In Paragraph 8.0. This Experience Shall Be Documented As Specified In Paragraph 9.0. Potential Sources Must Have The Ability To, Or Have A Thorough Understanding Of The Following: hostile Environments, Natural Space Environments, Fratricide Environments, And Intrinsic Radiation Environments Relevant To Navy Rbs And Their Applicability To Vulnerability And Performance. Hostile Environments Include, But Are Not Limited To: Nuclear Weapons, Electromagnetic Radiation, Kinetic Energy Weapons, And Directed Energy Weapons. Natural Space Environments Include, But Are Not Limited To: Cosmic Radiation, Trapped Protons And Electrons, Solar Flares, And Coronal Mass Ejections. navy Rb’s Vulnerability And Performance Concerns Including Accuracy Perturbations Resulting From Exposure To Hostile Environments, Natural Space Environments, And/or Fratricide Environments. vulnerability And Effectiveness Of Navy Rbs And Rb Components In The Following Environments: Mechanical, Electrical, And/or Electromagnetic Effects. conduct Hostile And Fratricide Radiation Transport Calculations For Navy Reentry Systems. calculate Personnel Dose Rate In Both The Existing Ohio Class Submarine And The Planned Columbia Class Submarine. conduct Performance And Vulnerability Assessments For Normal, Abnormal And Hostile Environments In Support Of A New Thermal Protection Systems (tps) Development Program For Navy Rbs calculate Electromagnetic Attenuation, Signal Degradation, Or Radio Frequency Signal Blackout Brought On By Reentry Plasma Sheathing. conduct Independent Assessments Of Hypersonic Reentry Plasma Sheathing And Subsequent Effects On Electromagnetic Signal Transmission. conduct Ground Based Hostile Blast Analysis Using Computational Fluid Dynamics (cfd) Models. assist Ssp With Intrinsic Radiation (inrad) Studies At Both Ssp Facilities And On Board Ssbn’s, And Radioactive Waste Characterization, Storage And Disposal. analyze Biological Effects Of Radiation From Plutonium, Tritium And Uranium Including Emitter Effects. Analyze The Effects Of Postulated Radiological Events. analyze Results Of Site Contamination Surveys To Ensure A Safe Working Environment To Include Gamma And Neutron Test/surveys. evaluate, Monitor, Review, And Update All Navy Related Documentation Such As Special Weapons Ordnance Publications (swops), Directives, Instructions, Ordnance Documents (ods), Etc. conduct Independent Assessments Of The Transporting, Processing, Handling And Maintenance Procedures And The Monitoring Techniques (air And Surface) That Apply To Hazardous Materials (radioactive And Mixed Waste) And Gamma And Neutron Personnel Exposure. produce And/or Coordinate Requirements Documents Including Military Characteristics (mcs), Stockpile-to-target Sequences (stss), And Technical Objectives And Guidelines (togs). Provide Input Regarding The Dod Nuclear Weapon System Surety Program Key Elements As Detailed In Dodm 3150.02: Dod Nuclear Weapon System Surety Standards, Dod Nuclear Weapon System Surety Policy, Dod Nuclear Weapon Safety Design Criteria, Positive Measures, Safety Rules And Technical Procedures. conduct Evaluations Of Deployed And Advanced/future System Options Including Ballistic And Non-ballistic, Strategic And Tactical, Nuclear And Conventional Reentry Systems. These Evaluations Shall Include But Not Be Limited To Assessments Of The Survivability, Military Utility And Effectiveness, And Dynamics Of These Systems And Concepts In Normal, Abnormal And Hostile Environments Against The Full Spectrum Of Targets. evaluate And Support All Facets Of Nuclear Weapons Surety. Nuclear Weapons Surety Is Defined As Policies, Procedures, Controls And Actions That Encompass Safety, Security And Control Measures, Which Ensure There Will Be No Nuclear Weapons Accidents, Incidents, Unauthorized Detonation, Or Degradation Of Weapons Effectiveness During Its Stockpile-to-target Sequence. advise Ssp On The Impact Of Dod, Nnsa, Nrc, Code Of Federal Regulations, Don, State, And Local Radiological Regulations Affecting Navy’s Nuclear Weapons. conduct Independent Reviews/assessments And Evaluate Both Conventional And Nuclear Weapon System Safety Policies, Directives, Standards And Proposed Changes Pertinent To Conventional/nuclear Weapon System Surety/safety For Ssp Hq Staff, Field Activities (e.g. Notu, Swflant, Swfpac, Sws Ashore, Spf), Ssbns (including Us Columbia Class Ssbn And Uk Dreadnaught Ssbn), And Ssgns, Including, As Directed, Activities Associated With The United Kingdom Trident Program. conduct Independent Reviews Of Ssp Alterations (spalts), Change Requests Or Other Modifications, New Developments, Lightning Protection And Grounding Systems, Electrostatic Discharge (esd), Ssp Occupational Safety And Health (osh) Efforts, Operational Safety Reviews (osr), Special Safety Study (sss), And Independent Assessments Of System Safety Policies And Practices Iaw Dodi And Dodm 3150.02, Ssp 5100.6, Sspinst 5100.2 (series) And Other Sspinst, Ordnance Document (od), Secnav/opnav Directives Or Other Uk Trident Guidance. provide Expert Advice Regarding The Analysis And Interpretation Of Overarching Statutes, Policy, Directives, Regulations, Instructions, Etc. As They Specifically Apply To Ssp’s Classification & Declassification Management Efforts Based On Knowledge Of Organizational Stakeholders And Past, Current, & Planned Future States Of The Programs. provide Expert Classification Determination Support Based On Knowledge Of Security Classification Guides That Relate To All Aspects Of The Submarine Launched Ballistic Missile (slbm) Weapon System. calculate The Responses Of Us Components In The Uk Trident Reentry Body To Stockpile- To-target-sequence (sts) Level Hostile Environments, Consider Both Single And Multiple Exposures In Their Calculations. perform Fratricide Evaluations For The Uk Trident Reentry Body That Will Identify Potential Differences In The Stay-out Regions Caused By Uk Unique Constraints, And Assist The Uk In Understanding And/or Adopting The Current Us Common Fratricide Methodology. conduct Evaluations Of The Aerodynamic Performance Of The Uk Trident Reentry Body Using Data From U.s. Demonstration And Shakedown Operation (daso) Flight Test, Follow-on Commander Evaluation Test (fcet) Flights, And Other Experimental Flight Test For These Evaluations Conduct Evaluations Of The Effectiveness Of The Uk Trident Reentry Body Provide Electronic File Transmission Support Between The Uk, The Us Navy And Doe/nnsa Information System Repositories And Databases. advise Ssp On The Proficiency Of The Operations At Uk Trident Facilities. This Activity Will Include Participation In Inspections And Evaluations, Preparation Of Associated Supporting Reference Materials, Evaluation Of Uk Proposals, And Participation In Compatibility Assessments Or Slow Run-through Activities. 8.0 Description Of Requirements requirement: Ssp Is Seeking Responsible Sources For Engineering And Technical Services With An Emphasis On Navy Reentry Bodies (rb) Vulnerability And Performance, Systems Analysis And Effectiveness, Nuclear Weapons Surety And System Safety, Radiological Health And Radiation Control, Future Navy Program Development, And Be Familiar With Article Vi Of The Polaris Sales Agreement (psa) . Potential Sources Must Have The Ability To, Or Have A Thorough Understanding Of The Following: hostile Environments, Natural Space Environments, Fratricide Environments, And Intrinsic Radiation Environments Relevant To Navy Rbs And Their Applicability To Vulnerability And Performance. Hostile Environments Include, But Are Not Limited To: Nuclear Weapons, Electromagnetic Radiation, Kinetic Energy Weapons, And Directed Energy Weapons. Natural Space Environments Include, But Are Not Limited To: Cosmic Radiation, Trapped Protons And Electrons, Solar Flares, And Coronal Mass Ejections. navy Rb’s Vulnerability And Performance Concerns Including Accuracy Perturbations Resulting From Exposure To Hostile Environments, Natural Space Environments, And/or Fratricide Environments. vulnerability And Effectiveness Of Navy Rbs And Rb Components In The Following Environments: Mechanical, Electrical, And/or Electromagnetic Effects. conduct Hostile And Fratricide Radiation Transport Calculations For Navy Reentry Systems. calculate Personnel Dose Rate In Both The Existing Ohio Class Submarine And The Planned Columbia Class Submarine. conduct Performance And Vulnerability Assessments For Normal, Abnormal And Hostile Environments In Support Of A New Thermal Protection Systems (tps) Development Program For Navy Rbs. calculate Electromagnetic Attenuation, Signal Degradation, Or Radio Frequency Signal Blackout Brought On By Reentry Plasma Sheathing. conduct Independent Assessments Of Hypersonic Reentry Plasma Sheathing And Subsequent Effects On Electromagnetic Signal Transmission. conduct Ground Based Hostile Blast Analysis Using Computational Fluid Dynamics (cfd) Models. assist Ssp With Intrinsic Radiation (inrad) Studies At Both Ssp Facilities And On Board Ssbn’s, And Radioactive Waste Characterization, Storage And Disposal. analyze Biological Effects Of Radiation From Plutonium, Tritium And Uranium Including Emitter Effects. analyze The Effects Of Postulated Radiological Events. analyze Results Of Site Contamination Surveys To Ensure A Safe Working Environment To Include Gamma And Neutron Test/surveys. write, Evaluate, Monitor, Review, And Update All Navy Related Documentation Such As Special Weapons Ordnance Publications (swops), Directives, Instructions, Ordnance Documents (ods), Etc. conduct Independent Assessments Of The Transporting, Processing, Handling And Maintenance Procedures And The Monitoring Techniques (air And Surface) That Apply To Hazardous Materials (radioactive And Mixed Waste) And Gamma And Neutron Personnel Exposure. produce And/or Coordinate Requirements Documents Including Military Characteristics (mcs), Stockpile-to-target Sequences (stss), And Technical Objectives And Guidelines (togs). Provide Input Regarding The Dod Nuclear Weapon System Surety Program Key Elements As Detailed In Dodm 3150.02: Dod Nuclear Weapon System Surety Standards, Dod Nuclear Weapon System Surety Policy, Dod Nuclear Weapon Safety Design Criteria, Positive Measures, Safety Rules And Technical Procedures. conduct Evaluations Of Deployed And Advanced/future System Options Including Ballistic And Non-ballistic, Strategic And Tactical, Nuclear And Conventional Reentry Systems. These Evaluations Shall Include But Not Be Limited To Assessments Of The Survivability, Military Utility And.effectiveness, And Dynamics Of These Systems And Concepts In Normal, Abnormal And Hostile Environments Against The Full Spectrum Of Targets. evaluate And Support All Facets Of Nuclear Weapons Surety. Nuclear Weapons Surety Is Defined As Policies, Procedures, Controls And Actions That Encompass Safety, Security And Control Measures, Which Ensure There Will Be No Nuclear Weapons Accidents, Incidents, Unauthorized Detonation, Or Degradation Of Weapons Effectiveness During Its Stockpile-to-target Sequence. advise Ssp On The Impact Of Dod, Nnsa, Nrc, Code Of Federal Regulations, Don, State, And Local Radiological Regulations Affecting Navy’s Nuclear Weapons. conduct Independent Reviews/assessments And Evaluate Both Conventional And Nuclear Weapon System Safety Policies, Directives, Standards And Proposed Changes Pertinent To Conventional/nuclear Weapon System Surety/safety For Ssp Hq Staff, Field Activities (e.g. Notu, Swflant, Swfpac, Sws Ashore, Spf), Ssbns (including Us Columbia Class Ssbn And Uk Dreadnaught Ssbn), And Ssgns, Including, As Directed, Activities Associated With The United Kingdom Trident Program. conduct Independent Reviews Of Ssp Alterations (spalts), Change Requests Or Other Modifications, New Developments, Lightning Protection And Grounding Systems, Electrostatic Discharge (esd), Ssp Occupational Safety And Health (osh) Efforts, Operational Safety Reviews (osr), Special Safety Study (sss), And Independent Assessments Of System Safety Policies And Practices Iaw Dodi And Dodm 3150.02, Ssp 5100.6, Sspinst 5100.2 (series) And Other Sspinst, Ordnance Document (od), Secnav/opnav Directives Or Other Uk Trident Guidance. provide Expert Advice Regarding The Analysis And Interpretation Of Overarching Statutes, Policy, Directives, Regulations, Instructions, Etc. As They Specifically Apply To Ssp’s Classification & Declassification Management Efforts Based On Knowledge Of Organizational Stakeholders And Past, Current, & Planned Future States Of The Programs. provide Expert Classification Determination Support Based On Knowledge Of Security Classification Guides That Relate To All Aspects Of The Submarine Launched Ballistic Missile (slbm) Weapon System. calculate The Responses Of Us Components In The Uk Trident Reentry Body To Stockpile- To-target-sequence (sts) Level Hostile Environments, Consider Both Single And Multiple Exposures In Their Calculations. perform Fratricide Evaluations For The Uk Trident Reentry Body That Will Identify Potential Differences In The Stay-out Regions Caused By Uk Unique Constraints, And Assist The Uk In Understanding And/or Adopting The Current Us Common Fratricide Methodology. conduct Evaluations Of The Aerodynamic Performance Of The Uk Trident Reentry Body Using Data From U.s. Demonstration And Shakedown Operation (daso) Flight Test, Follow-on Commander Evaluation Test (fcet) Flights, And Other Experimental Flight Test For These Evaluations. conduct Evaluations Of The Effectiveness Of The Uk Trident Reentry Body. provide Electronic File Transmission Support Between The Uk, The Us Navy And Doe/nnsa Information System Repositories And Databases. advise Ssp On The Proficiency Of The Operations At Uk Trident Facilities. This Activity Will Include Participation In Inspections And Evaluations, Preparation Of Associated Supporting Reference Materials, Evaluation Of Uk Proposals, And Participation In Compatibility Assessments Or Slow Run-through Activities. 8.1 Place Of Performance within Walking Distance (less Than ½ Mile) Of The Washington Navy Yard Dc, United States: Host An Esn Terminal And Esn Vtc Capability. Esn Is The Only Classified Conduit To Discuss Secret Rd/frd Or Cnwdi Data With Nnsa As Well As Secret Atomic And Secret Atomic Principle Data With The United Kingdom. Ssp Does Not House This Capability. classified Conference Rooms For Meetings Between Department Of Navy And Department Of Energy. within Driving Distance (less Than 10 Miles) Of Sandia National Laboratories In Albuquerque, Nm, United States: esn Terminal And Esn Vtc Capability. classified Conference Rooms For Meetings Between Department Of Navy And Department Of Energy. within Driving Distance (less Than 10 Miles) Of Colorado Springs, Co maintain Hostile And Vulnerability Test Capabilities. 9.0 Evidentiary Qualifications/experience Documentation Requirements interested Firms Must Possess The Requisite Minimum Qualifications And Experience Identified In Paragraph 7.0 And Demonstrated Relevant And Recent Experience As It Relates To The Requirements In Paragraph 8.0. White Paper Capability Statements Must Include All Of The Content And Details Identified Below: 9.1 Minimum Qualifications / Experience Requirements Validation white Paper Capability Statement Submissions Shall Include A Discrete Section With The Heading “minimum Qualifications / Experience Requirements” And Document, With Specific Information, Each Of The Minimum Qualifications Identified In Paragraph 7.0. This Section May Cite Contract Reference Efforts Detailed In Table A Of Paragraph 9.2 Below Provided That Respondents Provide Context And Rationale As To How That Contract Reference Effort(s) Demonstrate Possession Of The Applicable Minimum Qualifications / Experience Requirements Of Bullets A Through Z Identified In Paragraph 7.0 – Or Have Capability Of Obtaining By Contract Award. 9.2 Relevant & Recent Experience / Supporting Narratives in Addition To Demonstrating Possession Of The Requisite Minimum Qualifications / Experience Requirements Identified In Paragraph 7.0 Above (or Have Capability Of Obtaining By Contract Award), Interested Firms Shall Demonstrate Relevant And Recent Experience Performing The Same Or Similar Efforts And Or Completion Tasks (as Applicable) To The Requirements In Paragraph 8.0. Relevant Experience Is Defined As Performing Efforts/tasks Similar In Scope, Size, And Complexity As The Ssn Clin Structure With An Annual Incurred Cost/expense Of At Least $10m. Recent Experience Is Defined As Work Performed Within 5 Years Of The Ssn Posting Date. To Substantiate The Performance Of Relevant And Recent Efforts/tasks To The Ssn Clin Requirements, White Paper Capability Statements Shall Provide A List Of Current Or Previous Contract References And The Efforts/tasks Performed Thereunder Detailing And Evidencing A Direct Correlation Of The Contract Reference Efforts/tasks To The Ssn Clin Structure Using The Specific Outline Provided In Table A Below. Submitter’s Responses To The Table A Ssn Clin Outline Shall Include The Following Information Per Individual Contract Reference: summary Of Relevant Work Performed And How That Specific Work Demonstrates Capability To Perform The Specific Requirements Identified In The Ssn Clins; current / Prior Contract Number(s) And Customer/agency Supported; identification Of Your Role As The Prime Or Subcontractor; contract Type: Cost Plus Fixed Fee Loe period Of Performance Of The Specific Contract Reference Effort Performed; quantity Of Fte Personnel Utilized On The Specific Contract Reference Effort, Per Annum, With Distinction And Fte Quantities Identified Between The Respondents Fte Employees And Any Subcontractor Fte Employees; net Dollar Value (base And Options) For Each Contract Reference And The Annual Incurred Costs For Each Contract Reference Provided Which Demonstrates The Magnitude Of Those Contract References In Comparison To The Annual Estimated Value Cited In Paragraph 9.2 Above. Note: Solely Citing An Idiq Ceiling Amount Or Base And All Options Aggregate Value Without The Annual Incurred Costs For The Submitted Contract Reference(s) Is Not Acceptable – Amounts Must Be Specific To The Actual Incurred Costs For A Contract Clin(s) Or Individual Task Order(s), For The Contract Reference(s) Cited In Table A Below; And customer Point Of Contact (poc) With Valid Phone Number And Email. table A – Summary Of Relevant & Recent Work Experience ssn Clin Requirement Contract Reference(s) Summary – Document The Specific Correlation Of The Contract Reference Efforts/tasks To The Ssn Clin Efforts/tasks 0001 0001- System Assessment And Vulnerability 0002 0002- Reentry Systems Mk4b Development 0003 0003- W93/mk7 Reentry System Development Support 0004 0004- Sp20124 Weapon System Safety 0005 0005- United Kingdom (uk) Mk4a Support 0006 0006- United Kingdom (uk) Trident Program Support 0007 0007- United Kingdom (uk) A21/mk7 Programmatic And Testing Support 0008 0008- Weapons Systems Refurbishment / Modification Programs 0081 0081- Weapons Systems Refurbishment/modification Programs 0009 0009- Future Flexibility 0010 0010- Future Sea-based Strategic Weapon (fssw) Program 0011 0011- Missile Assessment And Survivability Support 0012 0012- Le2 Missile Development Survivability Support 0013 0013- Slcm-n Development Program 0131 0131- Slcm-n Esn Area Construction 0014 0014 - Missile Life Extension Programs (d5le2) 0015 0015- Sp202 Systems Analysis And Effectiveness 0016 0016- Sp28 Intrinsic Radiation (inrad) Survey 10.0 Company Information And Deadline For Submittal white Paper Capability Statements Shall Be Submitted In Pdf Format And Are Due No Later Than January 10, 2025 1700 Eastern. The White Papers Shall Not Exceed 20 Pages In Total, Using 12-point Times New Roman And 1” Margin And Shall Be Submitted Via E-mail To Kurt.geisinger@ssp.navy.mil. all White Paper Capability Submittals Shall Include The Following Information “not” Included In The Aforementioned Maximum 20-page Limit: company Administrative Information company Name: company Point Of Contact (email And Phone) And Title: company Address: unique Entity Identifier (uei) No: cage Code: size Of Business, Including; Total Annual Revenue, By Year, For The Past Five Years And Number Of Employees; ownership, Including Whether: Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, And Women-owned Small Business Concerns; number Of Years In Business; identification Of The Current Security Clearance Held At Your Facility That Will Provide Support To The Clin Structure. Note: Work To Be Performed Under This Contract Shall Require The Contractor To Have A Facility Clearance Of Top Secret And A Computing Facility That Is Cleared To Process Top Secret Data. respondents To This Ssn Shall Indicate Which Portions Of Their Response Are Proprietary/business Sensitive And Should Mark Them Accordingly. It Is The Responsibility Of The Ssn Respondent To Monitor The Sam.gov Website For Additional Information Pertaining To Any Potential Acquisition. 11.0 Government Assessment the White Paper Capability Statement Responses To This Ssn Must Meet The Requirements Stated In The Ssn And Will Be Reviewed To Determine Whether Each Respondent Is Capable Of Performing The Requirements. This Review Will Be Based Solely On The Specific Data And Supporting Content Provided By The Respondents In Their White Paper Capability Statement Submissions And Responses To Any Follow On Clarification Inquires Submitted By The Government. Incomplete Or Generalized White Paper Capability Statements, Without Specificity As It Relates To The Ssn Content Requirements, Omitted Content, Or Content Which Fails To Address All Of The Requirements Of This Ssn, Will Have A Direct Affect Upon The Government’s Assessment Of The White Paper Submittal. The Government’s Assessment Will Include, But Is Not Limited To, The Following: (1) The Respondent’s Specific And Evidenced / Demonstrated Possession Of The Minimum Qualifications / Experience Requirements Identified In Paragraph 7.0; (2) The Respondent’s Demonstrated Ability To Manage, As A Prime Or Subcontractor, The Types And Magnitude Of Requirements Identified In The Ssn Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts/tasks In Terms Of Scope, Size, And Complexity; (3) The Respondent’s Demonstrated Technical Ability, As A Prime Or Subcontractor, To Execute The Ssn Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts/tasks In Terms Of Scope, Size, And Complexity; And (4) The Respondent’s Demonstrated Capacity To Execute The Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts In Terms Of Scope, Size, And Complexity, The Quantity Of Personnel Required, And The Contract Award Date. 12.0 Ssn Disclaimer this Ssn Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Nor A Promise To Issue An Rfp In The Future. This Ssn Does Not Commit The Government To Solicit Or Award A Contract. The Information Provided In The Ssn Is Subject To Change And Is Not Binding On The Government. Respondents Are Advised That All Costs Associated With Responding To This Ssn, Including Any Requests For Follow-up Information, Will Be Solely At The Interested Parties’ Expense And The Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Ssn White Paper Capability Statement Or Follow-on Responses. the Government Reserves The Right To Consider A Set-aside For Small Businesses Or One Of The Small Business Preference Groups. (e.g., Small Business, Service-disabled Veteran-owned Small Business, 8(a), Hubzone Small Business, And Women-owned Small Business Programs).

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 84.4 K)
Details: Description Invitation To Bid December 5, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0104 Contract Name : Installation/application Of Road Safety Facilities - Naval-caibiran Cross Country Rd - K1027+000 - K1031+530 Contract Location : Naval, Biliran (11.565233°, 124.404044°- 11.578701°, 124.441236°) Project Description/scope Of Work : Installation Of 181 Units Of Solar Street Lights Approved Budget For The Contract : P 29,398,224.41 Contract Duration : 130.00 C.d. Cost Of Bidding Documents : P 25,000.00 2. Procurement Id/contract Id : 25ia0105 Contract Name : Construction Of Access Roads Leading To Declared Tourism Destinations - Access Road Leading To Subing Subing Hill, Kawayan, Biliran Contract Location : Brgy. Balacson, Kawayan, Biliran 11.669727, 124.344403 - 11.671273, 124.343774 (location 1) 11.675592, 124.343897 - 11.676395, 124.343767 (location 2) Project Description/scope Of Work : Construction Of 0.746 Lane Kilometer Road, 0.23m Thick & 6.10m Width With Embankment, Drainage, And Slope Protection Structure Approved Budget For The Contract : P 19,598,031.50 Contract Duration : 160.00 Cd Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0106 Contract Name : Construction Of Drainage, Barangay Calumpang, Naval, Biliran Contract Location : Brgy. Calumpang, Naval, Biliran Location 1 - (11.568507°, 124.412067° - 11.570055°, 124.41164°) Location 2 - (11.569489°, 124.411632° - 11.569495°, 124.41162°) Project Description/scope Of Work : Construction Of 616.70 Ln.m Open Drainage (lined Canal) W/ Metal Frames And Gratings Approved Budget For The Contract : P 4,948,200.18 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0107 Contract Name : Construction Of Seawall, Barangay Mabini, Naval, Biliran Contract Location : Brgy. Mabini, Naval, Biliran (11.564381°, 124.275058° - 11.564806°, 124.274625°) Project Description/scope Of Work : Construction Of 93.20 Ln.m. Seawall Structure With Reinforced Concrete Facing Approved Budget For The Contract : P 9,898,256.03 Contract Duration : 165.00 C.d. Cost Of Bidding Documents : P 10,000.00 5. Procurement Id/contract Id : 25ia0108 Contract Name : Construction Of Bagongbong Flood Control, Barangay Salangi, Almeria, Biliran Contract Location : Almeria, Biliran (124.394165°, 11.621246° - 124.394360°, 11.623738°) Project Description/scope Of Work : Construction Of 334.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,391.73 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0109 Contract Name : Construction Of Flood Control Structure, Barangay Casiawan, Cabucgayan, Biliran Contract Location : Cabucgayan, Biliran (124.573765°, 11.484283° - 124.575893°, 11.486335°) Project Description/scope Of Work : Construction Of 424.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,372.48 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0110 Contract Name : Construction Two-storey Office Building, Dpwh Biliran Deo, Bureau Of Equipment, 8th Res, Barangay Larrazabal, Naval, Biliran Contract Location : Brgy. Larrazabal, Naval, Biliran (11.583267, 124.409843 & 11.58306, 124.409215) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 48,998,346.17 Contract Duration : 250.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0111 Contract Name : Construction Of Multi-purpose Building, Barangay Matanggo, Almeria, Biliran Contract Location : Barangay Matanggo, Almeria, Biliran (11.647594, 124.124.368010) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.36 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 9. Procurement Id/contract Id : 25ia0112 Contract Name : Construction Of Multi-purpose Building,barangay, P.i. Garcia, Naval, Biliran Contract Location : Brgy. P.i. Garcia, Naval, Biliran (11.563721, 124.395253) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 4,898,328.55 Contract Duration : 180.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 10. Procurement Id/contract Id : 25ia0113 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Pulang Bato, Almeria, Biliran Contract Location : Barangay Pulang Bato, Almeria, Biliran (11.600953, 124.390656) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.06 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 11. Procurement Id/contract Id : 25ia0114 Contract Name : Construction Of Multi-purpose Building, Barangay Union, Caibiran, Biliran Contract Location : Brgy.union, Caibiran, Biliran (11.56519194⁰, 124.55213936⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,219.25 Contract Duration : 125.00 C.d. Cost Of Bidding Documents : P 5,000.00 12. Procurement Id/contract Id : 25ia0115 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Binohangan, Caibiran, Biliran Contract Location : Brgy. Binohangan, Caibiran, Biliran (11.596326˚, 124.570058˚) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 1,978,469.83 Contract Duration : 75.00 C.d. Cost Of Bidding Documents : P 5,000.00 13. Procurement Id/contract Id : 25ia0116 Contract Name : Completion Of Multi-purpose Building, Barangay Trabugan, Maripipi, Biliran Contract Location : Brgy. Trabugan, Maripipi, Biliran (11.779571˚, 124.299212˚) Project Description/scope Of Work : Completion Of 1-storey Building Approved Budget For The Contract : P 1,978,412.59 Contract Duration : 70.00 C.d. Cost Of Bidding Documents : P 5,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. Page 4 Of 4 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 6, 2024 – December 26, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 6, 2024 – December 26, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference December 13, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids December 26, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids December 26, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_biliran For Electronic Submission On Or Before December 26, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On December 26, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 5, 2024

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Invitation To Bid December 5, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0104 Contract Name : Installation/application Of Road Safety Facilities - Naval-caibiran Cross Country Rd - K1027+000 - K1031+530 Contract Location : Naval, Biliran (11.565233°, 124.404044°- 11.578701°, 124.441236°) Project Description/scope Of Work : Installation Of 181 Units Of Solar Street Lights Approved Budget For The Contract : P 29,398,224.41 Contract Duration : 130.00 C.d. Cost Of Bidding Documents : P 25,000.00 2. Procurement Id/contract Id : 25ia0105 Contract Name : Construction Of Access Roads Leading To Declared Tourism Destinations - Access Road Leading To Subing Subing Hill, Kawayan, Biliran Contract Location : Brgy. Balacson, Kawayan, Biliran 11.669727, 124.344403 - 11.671273, 124.343774 (location 1) 11.675592, 124.343897 - 11.676395, 124.343767 (location 2) Project Description/scope Of Work : Construction Of 0.746 Lane Kilometer Road, 0.23m Thick & 6.10m Width With Embankment, Drainage, And Slope Protection Structure Approved Budget For The Contract : P 19,598,031.50 Contract Duration : 160.00 Cd Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0106 Contract Name : Construction Of Drainage, Barangay Calumpang, Naval, Biliran Contract Location : Brgy. Calumpang, Naval, Biliran Location 1 - (11.568507°, 124.412067° - 11.570055°, 124.41164°) Location 2 - (11.569489°, 124.411632° - 11.569495°, 124.41162°) Project Description/scope Of Work : Construction Of 616.70 Ln.m Open Drainage (lined Canal) W/ Metal Frames And Gratings Approved Budget For The Contract : P 4,948,200.18 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0107 Contract Name : Construction Of Seawall, Barangay Mabini, Naval, Biliran Contract Location : Brgy. Mabini, Naval, Biliran (11.564381°, 124.275058° - 11.564806°, 124.274625°) Project Description/scope Of Work : Construction Of 93.20 Ln.m. Seawall Structure With Reinforced Concrete Facing Approved Budget For The Contract : P 9,898,256.03 Contract Duration : 165.00 C.d. Cost Of Bidding Documents : P 10,000.00 5. Procurement Id/contract Id : 25ia0108 Contract Name : Construction Of Bagongbong Flood Control, Barangay Salangi, Almeria, Biliran Contract Location : Almeria, Biliran (124.394165°, 11.621246° - 124.394360°, 11.623738°) Project Description/scope Of Work : Construction Of 334.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,391.73 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0109 Contract Name : Construction Of Flood Control Structure, Barangay Casiawan, Cabucgayan, Biliran Contract Location : Cabucgayan, Biliran (124.573765°, 11.484283° - 124.575893°, 11.486335°) Project Description/scope Of Work : Construction Of 424.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,372.48 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0110 Contract Name : Construction Two-storey Office Building, Dpwh Biliran Deo, Bureau Of Equipment, 8th Res, Barangay Larrazabal, Naval, Biliran Contract Location : Brgy. Larrazabal, Naval, Biliran (11.583267, 124.409843 & 11.58306, 124.409215) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 48,998,346.17 Contract Duration : 250.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0111 Contract Name : Construction Of Multi-purpose Building, Barangay Matanggo, Almeria, Biliran Contract Location : Barangay Matanggo, Almeria, Biliran (11.647594, 124.124.368010) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.36 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 9. Procurement Id/contract Id : 25ia0112 Contract Name : Construction Of Multi-purpose Building,barangay, P.i. Garcia, Naval, Biliran Contract Location : Brgy. P.i. Garcia, Naval, Biliran (11.563721, 124.395253) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 4,898,328.55 Contract Duration : 180.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 10. Procurement Id/contract Id : 25ia0113 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Pulang Bato, Almeria, Biliran Contract Location : Barangay Pulang Bato, Almeria, Biliran (11.600953, 124.390656) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.06 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 11. Procurement Id/contract Id : 25ia0114 Contract Name : Construction Of Multi-purpose Building, Barangay Union, Caibiran, Biliran Contract Location : Brgy.union, Caibiran, Biliran (11.56519194⁰, 124.55213936⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,219.25 Contract Duration : 125.00 C.d. Cost Of Bidding Documents : P 5,000.00 12. Procurement Id/contract Id : 25ia0115 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Binohangan, Caibiran, Biliran Contract Location : Brgy. Binohangan, Caibiran, Biliran (11.596326˚, 124.570058˚) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 1,978,469.83 Contract Duration : 75.00 C.d. Cost Of Bidding Documents : P 5,000.00 13. Procurement Id/contract Id : 25ia0116 Contract Name : Completion Of Multi-purpose Building, Barangay Trabugan, Maripipi, Biliran Contract Location : Brgy. Trabugan, Maripipi, Biliran (11.779571˚, 124.299212˚) Project Description/scope Of Work : Completion Of 1-storey Building Approved Budget For The Contract : P 1,978,412.59 Contract Duration : 70.00 C.d. Cost Of Bidding Documents : P 5,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. Page 4 Of 4 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 6, 2024 – December 26, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 6, 2024 – December 26, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference December 13, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids December 26, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids December 26, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_biliran For Electronic Submission On Or Before December 26, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On December 26, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 5, 2024
7391-7400 of 7466 archived Tenders