Survey Tenders

Survey Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Synopsis the Defense Logistics Agency Richmond Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties That Have Interest And The Resources To Support This Requirement For Nsn 5995-011164246. current Source(s): Northrop Grumman Systems Corporation (26512) P/n 35302-176; (61174) P/n 35302-176 (70974) P/n 35302-176; 79rg9 P/n 35302-176 kidde Technologies Inc. (73168) P/n 35302-176 northrop Grumman Technical Services, (59u82) P/n 35302-176 leonardo Spa Helicopters Division (a0126) P/n 35302-176 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334419 there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 18 Dec 2024 2:00 Pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Ladonna.groven@dla.mil if You Have Any Questions Concerning This Opportunity, Please Contact: Ladonna Groven email: Ladonna.groven@dla.mil appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacturer Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. technical Orders And Qualification Requirements Are Not Available.
Closing Soon1 Feb 2025
Tender AmountRefer Documents 

Government Of Iceland Tender

Others
Iceland
Details: Market Survey for Fetal Monitors at Landspítali Landspítali Requests Market Information from Potential Companies Offering Fetal Monitors.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Sources Sought the U.s. Army Corps Of Engineers (usace), Jacksonville District, Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest And The Resources To Support A Requirement For Operations And Maintenance (o&m), Operations, Maintenance, Repair, Replacement, Rehabilitation (omrrr) And Operational Testing (ot) Of Features For Ecosystem Restoration, Flood Control An Other Civil Works Projects. Refer To The Draft Performance Work Statement (pws) Attached To This Synopsis For A Detailed Description Of The Requirement. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 561210 – Facilities Support Services, With A Size Standard Of $47m. there Is No Solicitation Currently. This Request For Capability Information Does Not Constitute A Request For Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, Namely The Entire Contractor Community, To Include Other Than Small Business, Small Business, 8(a) Program Participant, Service-disabled Veteran-owned Small Business (sdvosb), Women-owned (wosb) And Historically Underutilized (hubzone) Concerns. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. this Sources Sought Synopsis Is Not A Request For Competitive Offers And No Solicitation Package Is Available. However, Firms That Believe They Can Provide The Requested Services May Submit Substantiating Documentation In Writing Within Thirty (30) Days Of This Notice. Documentation Will Be Evaluated Solely For The Purpose Of Determining Whether To Conduct This Procurement On A Competitive Basis. oral Communications Are Not Acceptable In Response To This Notice. submission Instructions interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Synopsis By 6 January 2024 At 12pm Eastern Standard Time (est). All Responses Under This Sources Sought Notice Shall Be Emailed To Brittany Jackson At Brittany.r.jackson@usace.army.mil And Dustin Furrey At Dustin.l.furrey@usace.army.mil. a Firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number, Website, And Email Address. firm’s Interest In Bidding On The Solicitation When It Is Issued. firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past Three (3) Years: This May And Should Be Tailored Specifically To The Project. brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least Three (3) Examples. firm’s Business Category And Business Size – Other Than Small, Small Business, 8(a), Sdvosb, Wosb, Or Hubzone. If Your Firm Is A Small Business, Be Sure You Understand The Performance Of Work Requirements For Your Specific Socioeconomic Category (i.e. Sb, 8(a), Sdvosb, Wosb, Or Hubzone). if Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. you Must Be Registered With The System For Award Management (sam) To Receive A Government Contract Award. To Register, Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Brittany Jackson At Brittany.r.jackson@usace.army.mil And Dustin Furrey At Dustin.l.furrey@usace.army.mil.
Closing Date6 Jan 2025
Tender AmountUSD 2 Million 
This is an estimated amount, exact amount may vary.

CIVP Interprofessional Council Of Provence Wines Tender

Services
Other Consultancy Services...+1Consultancy Services
France
Details: Title: Open Call For Evaluation Bodies Pdo Rosé Wines Communication Campaign In Germany Enjoy Europe 1144 Project - Agrip-multi-2024-im Wines Of Provence - Valtènesi description: Ender Title: Evaluation Of Pdo Rosé Wines Communication Campaign In Germany (2025-2027) Enjoy Europe 1144 Project - Agrip-multi-2024-im Objective: The Tender Seeks To Select An Evaluation Body To Conduct A Qualitative And Quantitative Assessment Of A Three-year Communication Campaign Promoting Pdo Rosé Wines In Germany. The Evaluation Will Focus On: Implementation Tracking (lot 1). Measuring The Campaign's Impact On Awareness And Perception Of Pdo Rosé Wines (lot 2). Background Of The Campaign: This Campaign Is A Continuation Of A Successful 2022-2024 Initiative Co-financed By The European Union Under Regulation (eu) 1144/2014. It Aims To Enhance Awareness And Recognition Of Pdo Quality Labels And Rosé Wine Expertise Among European Consumers, Focusing Specifically On Germany, A Key Market For Premium Wines Key Market Insights: Germany Is The Second-largest Market For Rosé Wine Consumption, Showing A Trend Towards Premium Products. Pdo Certifications Are Viewed As Guarantees Of Quality And Tradition, But Awareness Remains Low (9% Of Germans Recognize The Pdo Label, Eurobarometer 2022). The Campaign Targets Millennials And Generation Z, Focusing On Messages Around Quality, Regional Specificity, And Environmental Sustainability. Scope Of Work: The Evaluation Will Cover Two Lots: Lot 1 - Implementation Tracking: Evaluation Of Activities, Outputs, And Qualitative Feedback From Beneficiaries. Annual Budget: Euros30,000 (excluding Vat). Lot 2 - Impact Measurement: Baseline And Final Surveys To Assess Changes In Awareness And Perception Of Pdo Rosé Wines. Annual Budget: Euros60,000 (excluding Vat). Deliverables: Annual Reports (lot 1): Submission By January 15 Of Each Year, Assessing The Campaign's Implementation And Results. Final Report (lot 2): Submission By December 15, 2027, Summarizing The Campaign's Impact On Pdo Awareness And Perception.
Closing Date15 Jan 2025
Tender AmountEUR 90 K (USD 92.6 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Sibuguey Valley Irrigation System - Repair Nis Cy 2025 – Package 2 (construction Of Canalization And Canal Structures) Bayog, Zamboanga Del Sur 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Twenty Eight Million Sixty Seven Thousand Three Hundred Thirty-one Pesos And 54/100 Only (php 28,067,331.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-svis-repair-niscy2025p2-998 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Canalization 3 1. Common Excavation (manual) 3,555.40 Cu.m 3.2. Common Backfill (manual) 2,921.20 Cu.m 3.3. Concrete Demolition 232.90 Cu.m 3.4. Gravel Blanket (gravel Bedding) 227.30 Cu.m 3.5. Embankment Construction And Compaction A. Borrow Haul 12,221.00 Cu.m 3.6. Concrete A. Class B 2400 Psi Plain Concrete 762.80 Cu.m 3.6.2. Reinforcing Steel Bars (grade 40) - 10mm 34,654.40 Kgs. Iv. Canal Structures 4.1 Structure Excavation (manual) 163.00 Cu.m 4.2 Structure Backfill (manual) 92.60 Cu.m 4.3 Gravel Blanket (gravel Bedding) 36.40 Cu.m 4.4 Embankment Construction And Compaction A. Borrow Haul 13.30 Cu.m 4.5 Reinforced Conduit Pipe (610 Mmø) 7.00 In.m 4.6 Concrete A. Class A 3000 Psi Plain Concrete 103.90 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 6,120.90 Kgs. Total 28,067,331.54 The Above Procurement Project. Completion Of The Works Is Required 240 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (php 25,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Bagger Mixer 3 Units 1 Bagger Dumptruck (10-wheeler) 1 Unit 10-12 Cu.m Dumptruck (6-wheeler) 1 Unit 5-6 Cu.m Survey Instrument 1 Set Bar Cutter 2 Units Testing Cylinder (3 Cylinder Per Set) 3 Sets Concrete Vibrator 3 Units Electric Jack Hammer 1 Unit Generator Set 1 Set 10 Kva Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Office Engineer 1 Materials Engineer 1 Safety Officer 1 Survey Team 2 Construction Foreman 2 Drivers 8 Skilled Workers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 28 Million (USD 483.6 K)

Department Of Public Works And Highways Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Purchase And Delivery Of Additional Motor Vehicles To Provide Transportation Services For The Dpwh Batangas 2nd Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Fy 2024 Eao, Intends To Apply The Sum Of Three Million Six Hundred Thousand Pesos Only (php 3,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24gde0011 – Purchase And Delivery Of Additional Motor Vehicles To Provide Transportation Services For The Dpwh Batangas 2nd Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Now Invites Bids For: Contract Id : 24gde0011 Contract Name : Purchase And Delivery Of Additional Motor Vehicle To Provide Transportation Services For The Dpwh Batangas Ii Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site Project Location : Batangas City, Batangas Brief Description : Purchase And Delivery Of Additional Motor Vehicle (4x2, Pick-up) Approved Budget For The Contract : Php 3,600,000.00 Source Of Funds : Fy 2024 Eao Contract Duration : 40 Calendar Days Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. No. 5183. 4. Interested Bidders May Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 22, 2025, 8:00 A.m. To 5:00 P.m. And January 23, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission On Or Before January 23, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 23, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. December 20, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 3.6 Million (USD 61.4 K)

Department Of Public Works And Highways Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Purchase And Delivery Of Electric Vehicle To Provide Transportation Services For The Dpwh Batangas 2nd Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Fy 2024 Eao, Intends To Apply The Sum Of Two Million Six Hundred Thousand Pesos Only (php 2,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24gde0012 – Purchase And Delivery Of Electric Vehicle To Provide Transportation Services For The Dpwh Batangas 2nd Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Now Invites Bids For: Contract Id : 24gde0012 Contract Name : Purchase And Delivery Of Electric Vehicle To Provide Transportation Services For The Dpwh Batangas 2nd Deo Field Engineers In Project Monitoring, Road Maintenance Inspection And Conveyance Of Surveying Equipment And Other Instruments On Site Project Location : Batangas City, Batangas Brief Description : Purchase And Delivery Of Motor Vehicle, Electric Vehicle 4x2, Pick-up, A/t (hybrid System) Approved Budget For The Contract : Php 2,600,000.00 Source Of Funds : Fy 2024 Eao Contract Duration : 40 Calendar Days Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. No. 5183. 4. Interested Bidders May Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 22, 2025, 8:00 A.m. To 5:00 P.m. And January 23, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission On Or Before January 23, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 23, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. December 20, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 2.6 Million (USD 44.3 K)

National Irrigation Administration Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description Invitation To Bid For Baluran-tupilac Cis Cy 2025 (repair And Installation Of Steel Cable, Repair And Construction Of Canalization And Canal Structures) Tungawan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Resto-cis Cy 2025 Intends To Apply The Sum Of Nine Million Four Hundred Seventeen Thousand Five Hundred Twenty Four Pesos And 39/100 Only (php 9,417,524.39) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-resto-ciscy2025-995 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Diversion Works A. Wire Rope Steel Center 16mm Dia. 6x19 Strands, 10 M Each (4pcs) 1.00 L.s B. Reinforcing Steel Bars (grade 40) - Various Sizes 39.00 Kgs. Iv. Canalization A. Concrete Demolition (manual) 174.50 Cu.m B. Common Excavation (manual) 570.40 Cu.m C. Common Backfill (manual) 570.40 Cu.m D. Haul Borrow With Compaction 599.10 Cu.m E. Gravel Blanket (gravel Bedding) 198.10 Cu.m F. Concrete F.1. Class B 2400 Psi Plain Concrete 277.20 Cu.m G. Reinforcing Steel Bars (grade 40) - 10mm 11,466.50 Kgs. Iv. Canal Structures A. Diversion And Care Of River With Dewatering 1.00 L.s B. Concrete Demolition (manual) 16.20 Cu.m C. Structure Excavation (manual) 86.80 Cu.m D. Structure Backfill (manual) 86.80 Cu.m E. Side Borrow 9.00 Cu.m F. Gravel Blanket (gravel Bedding ) 14.80 Cu.m G. Concrete G.1. Class A 3000 Psi Plain Concrete 45.00 Cu.m H. Reinforcing Steel Bars (grade 40) - Various Sizes 3,824.10 Kgs. Total 9,417,524.39 The Above Procurement Project. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php 10,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Bagger Mixer 2 Units 1 Bagger Survey Instrument 1 Set Testing Cylinder (3 Cylinder Per Set) 1 Set Concrete Vibrator 2 Units Dumptruck (6-wheeler) 2 Units 5-6 Cu.m Waterpump 4" 2 Units Electric Jack Hammer 1 Unit Generator Set 1 Set 10 Kva Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Materials Engineer 1 Office Engineer 1 Safety Officer 1 Survey Team 1 Construction Foreman 5 Skilled Workers 2 Drivers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.2 K)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: The Defense Logistics Agency (dla) - Richmond Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For An Chain Stud Link. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332618. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Emails Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. [note: In Accordance With Far 10.001(b), Agencies Should Not Request Potential Sources To Submit More Than The Minimum Information Necessary.] the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 3:00 Pm, Est., January 13, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Melinda.johnson@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Melinda Johnson At Melinda.johnson@dla.mil. this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: iaw Basic Spec Nr Mil-c-24633a Not 2 revision Nr A Dtd 10/29/2014 part Piece Number: Chain Size 3/4 In nomenclature: Chain, Stud Link nsn: 4010-001495614 estimated Requirement: 90 So
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Stadtwerke Verkehrsgesellschaft Frankfurt Am Main MbH VGF Tender

Civil And Construction...+1Others
Germany
Description: Public tender Vob/a track renewal level crossing Ostparkstrasse Description of the overall construction project The existing tender includes the renewal of the level crossing in the area of Ostparkstrasse and Ratsweg intersection. Services to be carried out The scope of work includes the following services: - Rail dismantling - Welding work - Tamping work - Traffic safety work - Asphalt work Preliminary work carried out A condition assessment of the construction site is to be carried out by the contractor before the start of and again after completion of the construction project with the involvement of the VGF construction monitoring team and is to be documented with photos and the necessary descriptions (see also Section 3 Paragraph 4 Vob/b). The conditions of the areas before pre-assembly, loading or other work on municipal or VGF-owned land are to be documented before and after completion of the work. The documentation must be handed over to VGF before the start and after completion of the construction work. Services carried out Immediately before the construction work, the main axes are marked out by a surveying office commissioned by VGF. These documents are only handed over to the office before construction begins. The track is to be aligned and, if necessary, tamped using this data. Construction work in progress During the execution, individual employees of the company will carry out work in the area of the construction site. This includes, among other things, work on the signaling technology or the overhead line. No separate claims for remuneration arise from this. Further information and boundary conditions for the construction work in progress at the same time are defined under 3.2. Construction sequence. The work must be carried out between March 10, 2025 and March 17, 2025, as the line is closed here. The construction end date of March 17, 2025 is penalized (last day of the line closure).
Closing Date29 Jan 2025
Tender AmountRefer Documents 
3361-3370 of 4140 archived Tenders