Solar Tenders
Solar Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 19.5 Million (USD 337.7 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
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
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
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
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 1.9 Million (USD 34 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
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 19.5 Million (USD 337.6 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
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.8 Million (USD 170.5 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
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: The National Aeronautics And Space Administration (nasa) Langley Research Center (larc) Is In The Early Stages Of Developing A Mission Design, Project Implementation Plan, And Procurement Strategy That Could Potentially Lead To An Earth Aerocapture Technology Demonstration Mission. Nasa Larc Is Hereby Soliciting Information From Potential Sources With The Capabilities To Provide Spacecraft Systems And Mission Operations For The Mission. the Mission Would Demonstrate Aerocapture At Earth As A Precursor To Using The Technology For Future Planetary Science Missions. Aerocapture Technology Reduces The Required Capability And Mass Of A Spacecraft Propulsion System, Lowering The Launch Vehicle Payload Mass Or Enabling More Capacity For Science Instruments, And Is Particularly Beneficial For Missions To The Solar System's Ice Giant Planets [1]. The Demonstration Mission Is Intended To Focus On Key Objectives Necessary To Mature The Technological Readiness Of Aerocapture Including Vehicle Aerodynamics, Flight Dynamics, Guidance, Navigation And Control, And Mission Operations. Flight Data Will Be Acquired During The Demonstration And Used To Improve And Validate Tools To Design And Plan Future Missions. nasa Is Considering Two Concepts For The Mission, Both Of Which Use A Small Entry Capsule (referred To As The Aerocapture Flight System, Or Afs) To Execute The Aerocapture Maneuver. The Afs Is Comprised Of An Aeroshell, Reaction Control System, Other Ancillary Systems, And A Smallsat That Is Released Into Earth Orbit. The First Mission Concept Utilizes A Geostationary Transfer Orbit (gto) As An Initial State For The Afs, Which Is Deployed Into Gto From An Evolved Expendable Launch Vehicle (eelv) Secondary Payload Adapter (espa). In The Second Concept, The Afs Is Released On An Earth Intercept Trajectory From A Spacecraft Returning From A Lunar Mission. A Preliminary Concept Of Operations (conops) For A Gto-based Aerocapture Demonstration Is Illustrated In Figure 1 (attached). Details Shown Regarding Orbit Altitudes Are For Reference Only, And Will Continue To Be Resolved (tbr) In Upcoming Design Trades. referring To Figure 1, The Preliminary High-level Mission Conops And Sequence Of Events Is As Follows. The Sequence Of Events Is For Reference And Context Only To Support The Vendors' Responses To This Request For Information, And Will Continue To Be Updated As Nasa Larc Progresses Through The Early Stages Of Mission Design. the Afs, Attached To The Port Of An Espa Grande With A Separation Mechanism, Is Delivered And Released Into Gto By The Launch Vehicle. The Afs Continues In Gto While Using Its Reaction Control System To Maintain Attitude During Preparations For The Aerocapture Maneuver. Nasa's Intention Is For The Afs To Complete Less Than Two Full Orbits Before Beginning The Aerocapture Maneuver. near Gto Apogee, The Afs Reaction Control System Delivers The Delta-v Required To Divert The Capsule Along The Flight Path Necessary To Intercept The Earth's Atmosphere And Initialize The Aerocapture Maneuver. the Afs Reaction Control System Continually Adjusts The Capsule's Attitude, Utilizing The Vehicle's Aerodynamic Lift To Maintain Its Flight Path Inside A Pre-planned Corridor Through The Earth's Atmosphere With A Periapsis Of Approximately 65 Km (tbr). after Completing The Atmospheric Flight, The Afs Exits The Earth's Atmosphere In An Elliptical Orbit With An Apoapsis Of Approximately 500 Km (tbr). within 15 Minutes (tbr) After Exiting The Earth's Atmosphere, The Forward Heatshield Of The Afs Aeroshell Is Jettisoned And A Smallsat Is Released Into The New Elliptical Orbit. The Smallsat Utilizes Its Attitude Control System To Attain A Stable Attitude And Prepares For An Apogee Burn To Circularize The Orbit. when The Smallsat Reaches Apogee For The First Time, Its Propulsion System Delivers The Delta-v Necessary To Circularize The Orbit At An Altitude Of 500 Km (tbr). the Smallsat Continues In Its Circular Orbit Until The Flight Data Acquired Throughout The Demonstration Has Been Transmitted To Ground Stations. Successful Transmission Of The Flight Data Signifies The End Of The Demonstration, Subject To Any Spacecraft Disposal Operations Necessary In Accordance With Nasa Orbital Debris Requirements [2, 3]. the Salient Features And High-level Functional Requirements Of The Afs That Are Envisioned To Support The Mission’s Preliminary Concept Of Operations Are As Follows. Since Nasa Is In The Early Stages Of Mission And System Design, These Features And Requirements Are Subject To Change As The Design Matures. The Information Is Provided Herein As A Reference For Vendors To Consider When Evaluating The Mission Concept And Assessing The Capabilities That Vendors May Contribute To The Demonstration Mission In Response To This Request For Information. afs Mass And Volume: The Afs Shall Be A Blunt-body Capsule With A 60° (tbr) Sphere-cone Forebody Geometry. The Aeroshell Backshell Geometry Has Not Been Determined, But Must Provide The Volume To Accommodate The Smallsat, The Afs Reaction Control System, Wiring Harnesses, And Ancillary Systems Required To Perform The Mission. The Afs Shall Possess The Mass And Volume To Be Accommodated On A Single Port Of An Espa Grande [4]. afs Aeroshell: The Aeroshell Shall Be Comprised Of A Forebody Heatshield Structure And A Backshell Structure With Mechanical Provisions To Separate The Two Structures After Completion Of The Aerocapture Maneuver. The Backshell Structure Shall Accommodate A Separation Ring To Attach And Release The Afs From The Espa Grande Port. Either Structure Shall Incorporate The Mechanical Interface To Attach And Release The Smallsat After The Aeroshell Structures Are Separated. The Backshell Shall Incorporate External Mechanical Interfaces For Ground Support Equipment (gse) And Electrical Connections For Battery Charging And Functional Tests Prior To Launch. Devices To Sever Wiring Harnesses Between The Smallsat And Afs Systems Will Be Required, And Depending On The Smallsat's Telecommunications Configuration, An Antenna(s) Mounted To The Backshell Structure May Also Be Needed. aerodynamic Lift Provisions: The Afs Will Control Its Flight Path During The Aerocapture Maneuver By Modulating The Magnitude And/or Direction Of The Entry Capsule's Aerodynamic Lift Vector (e.g., Bank Angle Modulation). The Vehicle's Aerodynamic Lift Is Envisioned To Be Produced By The Capsule Flying At An Angle-of-attack Induced By Either A Center-of-gravity (cg) Offset Or An Asymmetric Aerodynamic Device Such As A Trim Tab. Nasa's Near-term Trade Studies Will Evaluate The Different Methods Of Producing Aerodynamic Lift Considering System Mass, Technological Readiness, Complexity, And Risk. thermal Protection Systems: The Aeroshell Forebody Heatshield And Backshell Shall Include Government-furnished Thermal Protection Systems (tps) To Protect The Afs From The Aerothermal Environments Produced During The Aerocapture Maneuver. The Tps Will Be Designed To Accommodate The Entry System Instrumentation (esi) Described Below And Other Ancillary Systems And Interfaces That Require Tps Penetrations For Installation And/or Operation. entry System Instrumentation: The Government Will Furnish Esi To Be Incorporated Into The Aeroshell Heatshield And Backshell. The Esi Will Be Comprised Of Thermocouples And Pressure Transducers, The Quantities And Locations Of Which Have Not Been Determined, To Measure The Afs Entry Environments During The Aerocapture Maneuver. A Flight Data System Residing On The Smallsat Shall Provide Power To The Esi And Record And Store The Esi Data That Will Be Transmitted To Ground Stations Near The Conclusion Of The Demonstration. afs Reaction Control System: The Afs Shall Incorporate A Reaction Control System With The Capability To Correct For Launch Vehicle Orbit Insertion Dispersions, Deliver The Delta-v To Divert The Afs Into The Intended Earth Atmosphere Interface Conditions For Aerocapture, And Maintain Afs Attitude As Required From Gto Insertion Through The Aerocapture Maneuver To The Point When The Aeroshell Separates And The Smallsat Is Released. afs Smallsat: The Preliminary Demonstration Mission Concept Of Operations Requires The Afs Smallsat To Be Operational For The Full Duration Of The Technology Demonstration Timeline. The Smallsat Shall Provide Power, Avionics And Flight Instrumentation Including An Inertial Measurement Unit (imu), Command And Data Handling (c&dh), Attitude Determination And Control, And Communications For All Mission Phases From Gto Insertion To Data Download And Orbital Debris Mitigation (as Required). The Smallsat Is Required To Interface With External Systems, Such As The Afs Reaction Control System And Esi, To Support The Mission Through The Aerocapture Maneuver, And Then Operate In A Stand-alone Configuration After Being Released From The Aeroshell. to Aid In Continuing The Formulation Of A Mission Design And Developing A Procurement Strategy To Implement The Mission, Nasa Larc Is Conducting Market Research Seeking Sources With Demonstrated Experience To Provide The Following Capabilities To Support The Demonstration Mission. design And Delivery Of The Afs: Design, Fabricate, Integrate, And Test The Afs Including The Aeroshell, Reaction Control System, Smallsat, Separation Systems, And Government-furnished Tps And Esi. Deliver The Afs To The Launch Provider And Support Assembly, Test, And Launch Operations (atlo). mission Design And Navigation: Design Of The Orbital Mechanics And Navigation From The Point The Afs Is Released Into Gto To End-of-mission. Mission Design Will Be Supplemented By Government-furnished Guidance, Navigation And Control (gnc) Software To Control The Afs During The Aerocapture Maneuver. Capabilities Shall Include Experience With Mission Design And Navigation For High-energy Earth Orbits And Missions Returning From Lunar Environs. mission Operations: Establish A Ground Operating System And Conduct Mission Operations For All Phases Of The Demonstration From Launch To Mission Termination. nasa Larc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Earth Aerocapture Technology Demonstration Mission. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Possessing One Or More Of The Capabilities Described Above Should Submit A Capability Statement Of No More Than 20 Pages(excluding Cover Page And Table Of Contents) Indicating The Ability To Perform These Aspects Of The Demonstration Mission. Please Include The Following Elements In The Capability Statement. mission Conops Assessment: The Preliminary Mission Conops Described Herein Was Formulated To Advance The Technology Readiness Level (trl) Of Aerocapture And Enable Its Infusion Into Future Planetary Missions. The Conops Includes Multiple Events Requiring Mechanical Separations And Severing Of Wiring Harnesses, And Relies On A Smallsat Capable Of Controlling A Flight System In Two Different Configurations (afs And Stand-alone Smallsat). Provide An Assessment Of The Preliminary Conops Identifying Design Drivers And Risks Relative To Existing State-of-the-art Systems And Your Capabilities And Experience. Please Include An Evaluation Of The Potential Mass And Volume Of The Afs Relative To The Espa Grande Accommodation Requirements. Suggest Changes In The Conops Or The Afs Configuration That Would Substantially Reduce Risk And Cost Without Significantly Compromising The Demonstration Objectives. describe Your Organization's Capability And Experience To Provide A Smallsat Spacecraft And Flight Software That Meets The Mission Requirements. Due To The Anticipated Fast-paced Implementation Of The Mission, Smallsats That Are Nearly "off-the-shelf" Are Considered To Be Advantageous To Mission Success. Include Information On The Smallsat Form Factor, Mass, Accommodation Requirements, And Operational Heritage. Describe The Smallsat Capability To Interface And Manage External Systems Such As The Afs Reaction Control System, And Explain How The Smallsat Would Accommodate The Changes In The Flight System Configuration That Occur During The Mission. describe Your Organization's Capability And Experience To Design And Provide The Afs Aeroshell. Provide Examples Of Aeroshells Of Similar Scale And Mass Utilized For Earth Atmospheric Entry In Previous Missions. Describe The Basic Aeroshell Structural Architecture And Any Unique Features Required By The Mission That Introduce Substantial Risk And Cost. Discuss The Provisions Necessary To Implement The Three Separation Events Required For The Mission Conops: 1) Separation Of The Afs From The Espa Grande, 2) Separation Of The Afs Forebody Heatshield, And 3) Separation Of The Smallsat From The Aeroshell. describe Your Organization's Capability And Experience To Plan And Conduct The Afs Integration And Testing. Include A Description Of Facilities, Ground Support Equipment, And Capabilities For Afs Environmental Testing. Include A Description Of Previous Experience Integrating Thermal Protection Systems Onto Blunt-body Aeroshells And The Installation Of Thermocouple And Pressure Transducer Instrumentation. describe Your Organization's Capability And Experience To Design Missions And Navigation Strategies For Spacecraft In High-energy Earth Orbits Or Returning From The Moon. Include Information On Analysis Tools And Methods And Highlight Any Previous Missions With A Concept Of Operations Similar To The Aerocapture Demonstration Mission. describe Your Organization's Capability To Establish A Ground Operating System And Conduct Mission Operations. Include Information On Existing Infrastructure That Would Be Leveraged For The Mission Including Telecommunications Ground Stations, Mission Operating Centers, And Ancillary Hardware And Software. describe Your Plans For Partnering With Other Organizations To Provide Any Of The Aforementioned Capabilities For The Mission. all Responses Shall Be Submitted Electronically Via Nasa’s Enterprise File Sharing And Sync Box (efss Box), Fedramp Moderate Certified Platform, No Later Than January 15, 2025. Electronic Submissions Shall Not Contain Hidden Formulas, Tables, Be Locked, Be Password Protected, Or Contain Links To Data Not Included In The Electronic Copy. Please Reference The Synopsis Number And “earth Aerocapture Demonstration Rfi” In Any Response. All Responses Shall Be Submitted To: Https://nasagov.app.box.com/f/7cf6c2fec43e4f7b8d1dff31208c6be9. If You Have Any Trouble Submitting Your Response Via Efss Box, Please Contact Stacy Hollis At Stacy.m.hollis@nasa.gov. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. references: [1] "uranus Flagship-class Orbiter And Probe Using Aerocapture," Aiaa 2024-0714, Aiaa Scitech Forum, Orlando, Florida, January 2024. [2] "process For Limiting Orbital Debris," Nasa-std-8719.14c , November 5, 2021. [3] "orbital Debris Mitigation," Nasa-npr-8715.6e, April 18, 2024. [4] "espa User's Guide, The Eelv Secondary Payload Adapter," Moog, Incorporated.
City Government Of Davao Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 300.7 Million (USD 5.1 Million)
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under Batch 15-2024 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 23.4.2.4 Of The 2016 Revised Irr Of Ra 9184 Updated As Of July 19, 2024. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. A. Regular Procurement (with Approved Budget) B15-2024-01 Project Title: Construction Of Cdrrmo Emergency Operations Center - Phase 1 Source Of Fund: Ldrrmfip Cy 2014 (9940) Approved Budget For The Contract: Total 173,840,000.00 Php 158,332,857.49, Php 8,974,056.32 - Building Medium B Php 4,044,855.01, Php 2,488,231.18 - Road / Flood Control Small B Project Duration: 360 Calendar Days Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 36 Units H-frame With Cross Bracing & Joint Pin 2 Units Dump Truck 5 Cu.m. Cap. 1 Unit Boom Truck With Lattice (3-5 Tons Cap) 2 Units Handroller, 2t Vibratory 20 Units 1-set One-tank Oxygen/ 2-tank Acetylene 2 Units Vibratory Road Roller 4 Units Electric Grinder 4 Units Concrete Vibrator 4 Units Electric Handrill 2 Units Concrete Mixer (1-bagger) 4 Units Tile Cutter 3 Units Cut-off Machine 1 Unit Bar/shear Cutter 2 Units Steel Bar Bender 1 Unit Pipe Cutter 12 Units Welding Machine 1 Unit Pipe Threader 2 Units Electric Edger 1 Unit Payloader 1 Unit Jackhammer With Air Compressor 1 Unit Concrete Saw 2 Units 10w Dumptruck 86 Units Steel Forms 1 Unit Water Truck 1 Unit Chainsaw 1 Unit Road Grader 1 Unit Road Roller B15-2024-02 Project Title: Construction Of 3-storey, 9-classroom Building At Binowang Elementary School, Brgy. Fatima, Paquibato District Source Of Fund: Df, Sb No. 1, Cy 2023 (23226) Approved Budget For The Contract: Php 31,798,000.00 Project Duration: 400 Calendar Days Pcab License: Building Medium A Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Welding Machine 1 Unit Plate Compactor 1 Unit Cut-off Machine 1 Unit Hand Roller 1 Unit H-frame With Cross Bracing & Joint Pin 2 Units One-bagger Concrete Mixer 1 Unit Chainsaw 2 Units Concrete Vibrator 1 Unit Mini Dumptruck 2 Units Bar/shear Cutter 1 Unit Steel Bar Bender 2 Units Electric Grinder 1 Unit Ppr Fusion Welder 2 Units Electric Handrill 1 Unit Oxy-actylene Cutting Outfit 2 Units Tile Cutter B15-2024-03 Project Title: Construction Of 2-storey, 4-classroom Building At T. Palma Gil Elementary School, School Id: 129560, Quirino Ave. Brgy. 4-a Davao City Source Of Fund: Sef, Sb2 Cy 2024 (3321-a) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 260 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 3 Units Electric Handrill 1 Unit Plate Compactor 2 Units Concrete Vibrator 2 Units Oxy-acetylene Cutting Outfit 2 Units Tile Cutter 2 Units One-bagger Concrete Mixer 2 Units Cut-off Machine 1 Unit Hand Roller 2 Units Welding Machine 3 Units Bar/shear Cutter 1 Unit Dumptruck 2 Units Electric Grinder B15-2024-04 Project Titles: A. Construction Of 2-storey, 4-classroom Building At Mt. Apo National High School, Barangay Sibulan, Toril District B. Construction Of Retaining Wall And Installation Of Solar Power System At Mt. Apo National High School, Barangay Sibulan, Toril District, Davao City Source Of Fund: A. Sef, Cy 2021 (3322) B. Sef, Cy 2024 (3322) Approved Budget For The Contract: A. Php 13,190,000.00 B. Php 4,500,000.00 --------------------- Total 17,690,000.00 Project Duration: 240 Calendar Days Pcab License: Building / Electrical Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-35 1 Unit Concrete Vibrator 1 Unit Cargo Stake Truck / Hydraulic 2 Units Tile Cutter 1 Unit Dumptruck 2 Units Bar/shear Cutter 1 Unit Chainsaw 2 Units Welding Machine 1 Unit Plate Compactor 1 Unit Cut-off Machine 1 Unit Hand Roller 2 Units Electric Handrill 2 Units One-bagger Concrete Mixer B15-2024-05 Project Title: Rehabilitation Of Multipurpose Building At Bolton Elementary School, Brgy. 1-a Bolton St., Poblacion District, Davao City Source Of Fund: Sef, Sb No. 2, Cy 2024 (3321-a) Approved Budget For The Contract: Php 6,000,000.00 Project Duration: 180 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 3 Units Bar/shear Cutter 1 Unit Jackhammer With Compressor 4 Units Electric Handrill 1 Unit Mini Dumptruck 4 Units Welding Machine 1 Unit Plate Compactor 2 Units Cut-off Machine 1 Unit One-bagger Concrete Mixer 4 Units Electric Grinder 1 Unit Chainblock With Pulley & A-frame 40 Units H-frame With Cross Bracing & Joint Pin B15-2024-06 Project Title: Construction Of Home Economics Building At Ipil National High School, Brgy. Sumimao, Paquibato District, Davao City Source Of Fund: Sef, Sb No. 3,cy 2023 (3322) Approved Budget For The Contract: Php 4,900,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 2 Units Welding Machine 1 Unit Mini Dumptruck 2 Units Cut-off Machine 2 Units Plate Compactor 2 Units Electric Grinder 1 Unit Hand Roller 2 Units Electric Handrill 2 Units One-bagger Concrete Mixer 2 Units Riveter 2 Units Concrete Vibrator 2 Units Tile Cutter 2 Units Bar/shear Cutter B. Early Procurement Activity (epa) These Projects Are Included In The List Of Proposed Projects Under The Annual Development Fund Cy 2025. However, The Budget Is Still For Approval Of The Local Chief Executive. The Award Of The Contract For These Projects Undertaken Thru Epa May Be Made Only Upon Approval And Effectivity Of Adf Cy 2025. B15-2024-07 Project Title: Completion Of Two-storey Academic Building At Usep Malabog Extension Campus, Brgy. Malabog, Paquibato District Source Of Fund: Adf, Cy 2025 (25033) Approved Budget For The Contract: Php 22,201,000.00 Project Duration: 200 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements 7 Units Welding Machine 1 Unit Plate Compactor 3 Units Electric Grinder 1 Unit Bar/shear Cutter 60 Units H-frame With Cross Bracing And Joint Pin 1 Unit Pipe Cutter 1 Unit One-bagger Concrete Mixer 1 Unit Pipe Threader 2 Units Riveter 6 Units Tile Cutter B15-2024-08 Project Title: Improvement Of Multipurpose Hall At Ma-a National High School Premises, Purok 28, Brgy. Ma-a, Talomo District Source Of Fund: Adf, Cy 2025 Approved Budget For The Contract: Php 9,600,000.00 Project Duration: 240 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 2 Units Jackhammer With Air Compressor 2 Units Bar/shear Cutter 5 Units Welding Machine 1 Unit Cut-off Machine 1 Unit Backhoe Pc-30 2 Units Electric Grinder 1 Unit Dumptruck (5cu.m. Capacity) 4 Units Electric Handrill 3 Units Plate Compactor 1 Unit Tile Cutter 1 Unit One-bagger Concrete Mixer 24 Units H-frame With Cross Bracing & Joint Pin B15-2024-09 Project Title: Road Concreting At Panacan Subdivision, Purok 2, Brgy. Bago Oshiro, Tugbok District Source Of Fund: Adf, Cy 2025 (25095) Approved Budget For The Contract: Php 6,100,000.00 Project Duration: 60 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 1 Unit Concrete Vibrator 1 Unit Road Roller 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Bar/shear Cutter 1 Unit Water Truck 84 Units Steel Forms B15-2024-10 Project Title: Construction Of Two(2) Storey Multipurpose Building At Purok 2, Brgy. Camansi, Toril District Source Of Fund: Adf, Cy 2025 (25039) Approved Budget For The Contract: Php 4,300,000.00 Project Duration: 240 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-35 1 Unit Electric Grinder 1 Unit Jackhammer W/ Air Compressor 1 Unit Welding Machine 1 Unit Mini Dumptruck 1 Unit Tank Oxygen/ 2 Tank Acethylene, Cutting Outfit & Accessories 1 Unit Concrete Saw 1 Unit Pulley W/ Chainblock 4 Units Bar/shear Cutter 32 Units H-frame With Cross Bracing & Joint Pin 2 Units One-bagger Concrete Mixer 2 Units Electric Handrill 1 Unit Concrete Vibrator 1 Unit Tile Cutter B15-2024-11 Project Title: Road Concreting And Drainage System At Pioneer St., Ddf Village, Brgy. Mandug, Buhangin District Source Of Fund: Adf, Cy 2025 (25060) Approved Budget For The Contract: Php 2,178,000.00 - Flood Control Small B Php 2,158,000.00 - Road/ Small B --------------------- Total Php 4,336,000.00 Project Duration: 100 Calendar Days Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Chainsaw 1 Unit Water Truck 1 Unit Concrete Vibrator 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Backhoe 1 Unit Road Roller 74 Units Steel Forms 2 Units Mini Dumptruck 1 Unit One-bagger Concrete Mixer 2 Units Jackhammer With Compressor 3 Units Bar Cutter Procurement Activity Schedule A. Issuance Of Bidding Documents December 23, 2024 To January 22, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference January 8, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids January 22, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids January 22, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Software and IT Solutions
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The California Institute Of Technology’s (caltech’s) Jet Propulsion Laboratory (jpl), Located At 4800 Oak Grove Drive, Pasadena, Ca 91109, Is Issuing The Subject Rfi To Obtain Information To Assess Current Industry Manufacturing And Technical Capabilities And Receive Rom Cost And Schedule Estimates Supporting The Development Of Various Sosa S3c & Hpsc Based Turn-key Products. glossary pic = Plug-in Card cfe/cfs = Core Flight Executive / Core Flight Software sosa = Sensor Open System Architecture s3c = Sosa Space Sub Committee f’ = F Prime Jpl Open-source Flight Software Framework sbc = Single Board Computer psc = Power Supply Card purpose nasa Is Seeking To Spur The Development Of An Industry Wide Ecosystem Of Standardized Interoperable Cards That Can Be Used To Implement Complete Spacecraft Avionics Systems Based On The Sosa™ S3c Profiles. To Guarantee Interoperability The Sosa™ Space Subcommittee, Comprising Members From Nasa, Ussf And Industry, Have Been Working On A Spacecraft Avionics Standard Derived From The Vita 78 (space Vpx) Specification. Initial Elements Of The Standard Are Documented In The Recently Released Sosa Standard Snapshot 3(see Sosa Space Appendix), Which Has Garnered Broad Industry Support. The Purpose Of This Rfi Is To Gather Information Which Could Eventually Lead To A Jpl Rfp Soliciting The Development Of One Or More S3c Spacevpx Compliant Development Kit(s) For Both Commercial Industry And Government Organizations. To This End, Information Is Requested Related To Integrated Development Kits, As Well As Constituent Products That Can Be Included In A Development Kit (i.e. Pics, Pscs, Software). Nasa Is Proposing Sbcs In This Development Kit Be Based On The High-performance Spaceflight Computing (hpsc) Processor, Currently In Development With Microchip Technology Inc. In A Partnership With Nasa And Jpl, Using The Sosatm S3c Sbc Slot Profile. overview the Development Kit Is Part Of A Broader Nasa Effort To Advance Space-based Computing Through The Sensor Open System Architecture (sosa™) And Its Space Subcommittee (s3c). The Sosa™ S3c Aims To Create A Standardized And Interoperable Framework For Space Systems, Encouraging Collaboration Among Government Agencies, Industry, And Academia To Develop Interoperable Hardware And Software Solutions. This Effort Will Support The Creation Of Turn-key Systems For Testing, Development, And Flight, Enabling More Efficient And Cost-effective Space Mission Planning And Execution. background nasa’s High Performance Spaceflight Computing (hpsc) Project Is Delivering Purpose-built Space Computingtechnologyfor High Performance Computing. The High-performance Spaceflight Computing (hpsc) Project, A Collaboration Between Nasa And Microchip Technology Inc., Is Finalizing A Cutting-edge, Radiation-hardened Flight Processor That Offers 100 Times The Computational Power Of Current Spaceflight Computers. It Will Provide High Performance Ai Dataflow Processing With Scalable Vector Computing Capabilities That Are Critical For The Science And Autonomy Needs Of Future Advanced Space Systems. hpsc Is Fault-tolerant: Specially Designed To Survive In Space And Contains Features That Ensure It Can Operate Correctly And Provide Reliable Results In The Harshest Of Natural Space Environments. This Ensures The Most Critical Operations Such As: robotically Landing On Or Flying On Another Planet supporting Astronauts Far From The Earth operating Near Small Bodies In The Outer Solar System hpsc Builds On Industry-standards. The Core Of The Hpsc Design Is An Industry Standard Risc-v Based Cpu Bundled With Significant Fault And Radiation Tolerance, And A Full Security Suite As Well As All The Software Required To Run It. The Hpsc Also Includes A Suite Of Features And Industry-standard Interfaces And Protocols Not Previously Available For Space Applications. hpsc Offers A Variety Of Advanced Capabilities: space-grade 64-bit Processor Architecture: Includes Eight Sifive Risc-v X280 64-bit Cpu Cores Supporting Virtualization And Real-time Operation, With Vector Extensions That Deliver Up To 2 Tops (int8) Or 1 Tflops (bfloat16) Of Vector Performance For Implementing Ai/ml Processing For Autonomous Missions. high-speed Network Connectivity: Includes A 240 Gbps Time-sensitive Networking (tsn) Ethernet Switch For 10gbe Connectivity. Also Supports Scalable And Extensible Pcie® Gen 3 And Compute Express Link™ (cxl™) 2.0 With X4 Or X8 Configurations And Includes Rmap-compatible Spacewire Ports With Internal Routers. low-latency Data Transfers: Includes Remote Direct Memory Access (rdma) Over Converged Ethernet (rocev2) Hardware Accelerators To Facilitate Low-latency Data Transfers From Remote Sensors Without Burdening Compute Performance – Maximizing Compute Capabilities By Bringing Data Close To The Cpu. platform-level Defense Grade Security: Implements Defense-in-depth Security With Support For Post-quantum Cryptography And Anti-tamper Features. high Fault-tolerance Capabilities: Supports Dual-core Lockstep (dcls) Operation, Worldguard Hardware Architecture For End-to-end Partitioning And Isolation, And An Onboard System Controller For Fault Monitoring And Mitigation. flexible Power Tuning: Includes Dynamic Controls To Balance The Computational Demands Required By The Multiple Phases Of Space Missions With Tailored Activation Of Functions And Interfaces. for More Information On The Hpsc Capabilities Please Contact Microchip Technology Inc. (tao.lang@microchip.com) sosa™ S3c/hpsc Development System Overview the Sosa™ S3c/hpsc Development System Comprises A Lab-grade Hardware Suite And Accompanying Software That, Together, Offer A Versatile Platform For Developing And Testing Hardware And Software For Space Applications. These Systems Should Have A Viable Path To And Should Be Form, Fit, And Function Equivalent To An Eventual Flight Model. Below Are Some Examples Use Cases That Highlight The Potential Applications And Benefits Of The Development System: development Of Flight Software: use Case: Engineers Can Use The Development System To Develop And Validate Flight Software Such As Nasa’s Core Flight Executive/core Flight Software (cfe/cfs) And The F Prime (f’) Framework Developed By Jpl. benefits: This Allows For Thorough Testing In A Controlled Environment, Ensuring That The Software Performs Reliably Under Different Conditions. hardware Integration And Testing: use Case: The Development System Can Be Used To Integrate Various Pics And Other Infrastructural Hardware Elements Into A Multi-slot S3c Chassis. This Includes Components Like Pscs, Sbc, Data Storage Cards, Io Expanders, And More. benefits: This Facilitates Comprehensive Hardware Testing, Ensuring Compatibility And Functionality Of Different Components Within The System. prototype And Engineering Model Development: use Case: The System Can Support The Development Of Prototypes And Engineering Models Of Flat Sats And Similar Flight Systems. These Prototypes Can Be Tested For Various Parameters, Including Performance, Reliability, And Resilience To Environmental Factors. benefits: Early Identification And Resolution Of Potential Issues, Leading To More Robust And Reliable Flight Systems. educational And Training Purposes: use Case: Academic Institutions And Training Centers Can Use The Development System To Educate Students And Professionals About Space System Design And Testing. benefits: Provides Hands-on Experience With Real-world Hardware And Software Used In Space Missions, Enhancing The Skills And Knowledge Of The Next Generation Of Aerospace Engineers. collaborative Development And Standardization: use Case: The System Can Be Used By Different Organizations (e.g., Nasa, Jpl, Afrl, Aerospace Primes) To Collaboratively Develop And Refine Standards For Space Systems, Such As Those Defined By The Sosa™ S3c. benefits: Promotes Interoperability And Standardization Across Different Space Missions And Organizations, Leading To More Efficient And Cost-effective Development Processes. performance Benchmarking And Validation: use Case: The Development System Can Be Used To Benchmark The Performance Of Various Hardware And Software Configurations, Ensuring That They Meet The Required Specifications For Space Missions. benefits: Provides Validated Performance Data, Helping Stakeholders Make Informed Decisions About Hardware And Software Choices Before Making Large Investments In Hardware, Software, And Systems Development. custom Configuration And Flexibility Based On Industry Standards: use Case: Users Can Configure The System With Different Pics And Software Elements To Suit Specific Mission Requirements. The Development System Supports Various Operating Systems, Including Linux Variants And Real-time Operating Systems Like Vxworks. benefits: Offers Flexibility To Tailor The System To Specific Needs, Ensuring That It Can Be Adapted To A Wide Range Of Applications Based On An Industry Standard Platform Which Reduces Time-to-market And Time-to-flight, Reduces Project Cost And Reduces Project Risk. these Examples Demonstrate The Versatility And Utility Of The Sosa™ S3c/hpsc Development System, Highlighting Its Potential To Significantly Advance The Development And Testing Of Space Systems. for More Detailed Information On The Hpsc Project And Its Applications, Refer To The Following Sources: high Performance Spaceflight Computing (hpsc) - Nasa (link Below) sosa™ S3c/hpsc Development Kit Specifications turn-key Lab Development System/testbed (not For Environmental Or Flight Testing) Comprising: a. Multi-slot S3c Chassis With Cards (examples: Psc, Hpsc Sbc, Data Storage, Ssd, External I/o), Operating System With Appropriate Test And Debug Capability For Basic Software Development And Hardware Testing (of The Delivered Unit), And Chassis Management Software. b. The Initial Product Could Feature A 3u 8-slot Backplane/chassis And A Single Psc And Sbc With Appropriate Software. c. The Initial Product May Consist Of Non-flight Parts But Will Include A Pathway To Upgrade To Flight-certified Components. d. The Initial Product Should Incorporate Either A Linux Variant Or One Of The Standard High-end Real-time Operating Systems Like Vxworks, Along With Compilers, Standard Debuggers, And Other Development System Elements For The Hpsc Sbc. The Delivered Chassis Should Include Interfaces For Integrating Other Pics And Software Elements, Ipmc Functions, And Chassis Managers. e. A User’s Guide Should Be Provided. 2. Elements (building Blocks) Of A Sosa S3c System That Allow Users To Configure Their Own Hardware And Software Solutions, Including The Turn-key System Above And Potentially Other Pics As Defined In The Standard. 3. Turn-key Testbed Support Equipment To Complement The Sosa S3c System. This May Include Rack Hardware, Development Computers And Monitors, Network Support Equipment, Additional Capacity For Analysis Equipment, Cooling Solutions, And Power Management. summary Of Sosa™ S3c/hpsc Development Kit nasa Seeks Information Leading To The Potential Development, In A Public-private Partnership, Of A Sosa S3c/hpsc Development System And Testbed. Both Input From Potential Developers And Potential Users Is Requested. The Development Kit Should Encompass: hardware, E.g., Psc/pics And Ancillary Infrastructural Hardware Elements. software, E.g., Full Package To Support Sosa S3c Chassis And Cards As Well As Configuration Software And Any Software Needed For The Testbed Support Equipment. to Identify Potential Industries And Partners Nasa Seeks The Below Information: technical Specifications And Costing: turnkey System: Provide Concept Specifications, Rom (rough Order Of Magnitude) Costing, And Deployment Schedule Estimates For A Complete Sosa S3c/hpsc Development System And Testbed. constituent Elements: Technical Concept Specifications, Rom Costing, And Integration Schedules Estimates For Individual Pics, Software And Components Needed For Assembly. 2. Alternative Approaches: propose Possible Alternative Configurations Or Technologies That Can Reduce Costs And Improve Utility While Meeting The Primary Objectives Outlined. 3. Provider Capabilities identify Your Ability To Provide Pics Or Fully Integrated Development Systems. 4. Funding specify Schedule Estimates, Estimated Resource Requirements, And Potential For Cost Sharing Versus The Need For Nasa Non-recurring Engineering (nre) Support. 5. Market Size And Marketing Approach: provide An Analysis Of The Market Size And Growth Potential Within The Space Sector For The Sosa S3c/hpsc System And Testbed. outline Your Marketing Approach, Including Strategies To Penetrate Non-space Markets Such As Defense, Broader Aerospace, And Industrial Automation. 6. Storefront/customer Support Approach: describe Your Storefront Or Online Platform Where Customers Can Access Information, Place Orders, And Receive Support For Aerospace Systems. detail Your Customer Support Strategy, Including Technical Assistance, Training Programs, And Maintenance Services. 7. Manufacturing Capability: detail Any Manufacturing Capabilities Relevant To Producing Components Or Systems For Aerospace Applications, Including The Following: quality Assurance: Explain Your Quality Control Measures And Certifications (e.g., As9100) Ensuring The Reliability And Performance Of Aerospace Components. electronic Testing: Outline Your Capabilities In Electronic Testing And Verification To Meet Stringent Aerospace Requirements. mechanical/electronic Packaging Design: Describe Your Expertise In Designing Robust And Space-efficient Mechanical And Electronic Packaging Solutions Suitable For Aerospace Environments. additional Information the Requested Information Is For Preliminary Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That Jpl Will Solicit You For Such Procurement In The Future. Neither Jpl Nor The Government Will Be Responsible For Any Costs Incurred By You In Furnishing This Information. the North American Industry Classification System (naics) Code And Description For This Acquisition Is 334511 Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Size Standard For This Naics Code Is 1,350 Employees. Additional Information Can Be Found Here: Https://www.sba.gov/document/support-table-size-standards. perspective Subcontractors Are Advised That Any Information Provided Shall Be Deemed To Be Furnished With Unlimited Rights To Jpl, With Jpl Assuming No Liability For The Disclosure, Use Or Reproduction Of Such Data. please Provide The Requested Information By January 31, 2025 Via Email To: jpl Subcontracts Manager, Gabriel.obregon@jpl.nasa.gov. if You Have Any Questions About This Rfi, Please Contact The Undersigned.
U S COAST GUARD USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following:
a. Cost Of Labor And Supervision
b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil
quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer Procurement & Contracting Miami
16001 Sw 117th Ave
miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project.
(poc Information Is Below)
email: Malcolm.e.holmes@uscg.mil
phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island
600 8th Ave. Se
st. Petersburg, Fl 33701
point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance.
performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For
uscg Sector St. Petersburg
600 8th Ave. Se
st. Petersburg, Fl 33701
and
marine Safety Office Davis Island
1301 Beach Dr. Se,
st Petersburg, Fl 33701.
part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also
include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services:
a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island
b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier
c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier
d. All Work Working Equipment Will Be Return To The Unit
e. All Damage Equipment Will Be Deposal Of By Contractor.
f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work.
a. Site Assessment:
1) Conduct A Thorough Assessment Of The Installation Site.
2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services.
dcc Timothy Bakels
email: Timothy.g.bakels@uscg.mil
(727) 824-7599
emc Malcolm Holmes
email: Malcolm.e.holmes@uscg.mil
(727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations
concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses
52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023)
52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024)
52.212-4 Contract Terms And Conditions—commercial Items (oct 2018)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023)
52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
7411-7420 of 7471 archived Tenders