Survey Tenders
Survey Tenders
Province Of Ifugao Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 29.1 Million (USD 501.4 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee - Infra 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacinfraifugao21@gmail.com Invitation To Bid Publication No. 04 – 2025 - I (first Publication) Name Of Contract: Construction Of Viewpoint Fmr Locatio: Banaue, Ifugao 1. The Provincial Government Of Ifugao, Through The 2025-20% Df Intends To Apply The Sum Of Twenty Nine Million One Hundred One Thousand Six Hundred Thirty Four Pesos & 25/100 (php 29,101,634.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 04 - 2025- I (first Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. See Attached “annex A” For Other Information. 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 316 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Office Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 At The Bac Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao 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 Only (php 25,000.00) At The Provincial Treasury Office. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Ifugao Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On January 30, 2025 At 2:30 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo 0building, Capitol Compound, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through, Manual Submission At The Office Address As Indicated Below, On Or Before February 11, 2025 At 1:00 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. 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 15. 9. Bid Opening Shall Be On February 11, 2025 At 1:30 P.m. Basing On The Bac Wall Clock At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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. 11. For Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor, Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacinfraifugao21@gmail.com 63-0965-407-3198 Date Of Issue: January 23, 2025 Carmelita B. Buyuccan Bac Chairperson Annex “a” Publication Number Publication No. 04 - 2025- I (first Publication) Name Of Contract Construction Of Viewpoint Fmr Location Banaue, Ifugao Source Of Fund 2025-20% Df Approved Budget For The Contract (abc) Php 29,101,634.25 Contract Duration 316 Calendar Days Minimum Required Equipment 1 Unit Bulldozer With Ripper (155 Hp) 2 Units Pay Loader (1.5 Cu.m.) 3 Units Dump Truck (10 Cu.m.) 1 Unit Backhoe (0.80 Cu.m.) W/ Attachment 2 Units Pneumatic Drilling Machine 1 Unit Compressor Major Items Of Work Surplus Common Excavation, Surplus Rock Excavation, Soft, Surplus Rock Excavation, Hard, Clearing And Grubbing, Mobilization/demobilization, Construction Survey And Staking, Individual Removal Of Trees, 301-500mm, Small, Occupational Safety And Health Program & Project Billboard/signboard Cost Of Bid Documents Php 5,000.00
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District 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 Indefinite Delivery Contract For Rio De La Plata Flood Control Project, North Coast Super-aqueduct Relocation Project In Dorado And Toa Baja, Puerto Rico Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Rio De La Plata Flood Control Project, North Coast Super-aqueduct (ncsa) Relocation Project Includes Relocation Of Approximately 1,000 Feet Of The Ncsa To Perform Channel Improvements In The Area North Of Highway Pr-22 As Part Of A Future Project. The Ncsa Is A 72-inch Diameter Prestressed Concrete Cylinder Pipe (pccp) Waterline That Provides Potable Water From Arecibo To San Juan And Is Owned By The Puerto Rico Aqueduct And Sewer Authority (prasa). The Relocated Ncsa Will Be 72-inch Welded Steel Pipe (wsp) Installed Between A Parallel Steel Sheet Pile System. Steel And High-density Polyethylene (hdpe) Temporary Bypass Pipes Will Be Installed To Minimize Service Interruptions During Construction And Provide Flexibility Of Operation For Future Maintenance And/or Repairs By Prasa. Work Will Require Significant Coordination With Prasa During Construction. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using 100% Federal Funding. the Project Will Have An Estimated Period Of Performance Of Approximately 560 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis Is For Information And Planning Purposes Only And Is Neither 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. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 12:00 Pm Et, 10 February 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216. project Description:
the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units. dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services: biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage. clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: kathryn Allison contract Specialist
kathryn.allison@va.gov secondary Point Of Contact: dean Flanders contracting Officer dean.flanders@va.gov
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Others, Real Estate Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1. east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17. south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20. west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24. minimum Sq. Ft. (aboa):23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). 115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building. parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition). for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. subleases Are Not Acceptable. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: January 10, 2025, 5:00 Pm Edt market Survey (estimated): January 15, 2025 occupancy (estimated): September 30, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information: lease Contracting Officer: Eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date12 Jan 2025
Tender AmountRefer Documents
Details: The Navsup Fleet Logistics Center, Puget Sound Is Conducting A Market Survey To Determine The Interest And Capability Of Industry To Participate In A Competitive Acquisition For The Hydro Pneumatic Submarine Fenders And Accessories As Follows: technical Specifications: (2) New Hydro-pneumatic Submarine Fenders (black); Meeting Iso Standards 17357-1:2014 size: 4.5 X 9.0m Long And 3.3m Diameter X 10.6m Length yokohama, Original, Vertically Positioned, 0.8kgf/cm² Internal Pressure (0.5kgf/cm² Operating Pressure) minimum Burst Pressures Shall Be No Less Than 5.7 Kgf/cm² installed Psi Gauges modified Top Plate That Allows For Testing Of The Safety Valve In Operation each Hydro-pneumatic Submarine Fender Body Is To Be Constructed With An Outer Rubber Layer, Reinforcing Cord Layers And An Inner Rubber Layer all Three Layers Are To Be Bonded Together By A Combination Of Heat And Pressure Over A Period Of Time In A Vulcanizing Oven to Provide Maximum Strength And Safety, The Outer Skin Of A Submarine Fender Must Be Thicker Than The Normal Surface Fender once Completed, The Fenders Are To Be Pressure Tested Before Release flange Openings Shall Be Sited At The Top End Of The Fender In Order To Facilitate Watercharge And Discharge fender Shall Be Fitted With A Safety Valve To Enable Excess Pressure To Be Released, Shouldover-compression Or Over-inflation Occur minimum Accessories Per Fender: (1)counterweight 8 No 17-ton Safety Bow Shackles 2 X 12 M Lengths Of 40 Mm Open Link Chain 1 X 20 M Length Of 32 Mm Open Link Chain 3 X Chain Links @ 38 Mm 2 X 6 M Lengths Of Layflat Hose 1 X 35-ton Safety Bow Shackle 2. Testing 2.1 The Manufacturer Shall Perform All Hydro-pneumatic Fender Testing And Successfully Meet The Requirements Of Iso 17357:2002. 3. Preservation, Packaging, Packing & Marking Requirements: 3.1 All Hydro-pneumatic Fenders Shall Be Marked In Accordance With Clause 10 Of Iso 17357:2002(e), Which Includes: -size (diameter And Length) -initial Internal Pressure -date Of Manufacture Or Its Abbreviation -full Or Abbreviated Name Of Manufacturer -individual Serial Number -type Of Reinforcement Layer -for The Markings Of The Manufacturer, For Internal Pressure Rating And Size, Letter Heights Shall Be 100 Mm Minimum And Of A Suitable Finish To Enable Clear Identification. -marking/numbering Of Fender Storage And Installation Containers Shall Be According To Iso 6346, And The Date-made And Manufacturer Shall Be Identified By Additional Marking. fenders Are Required To Be Original Brand Name Only Yokohama Brand And Must Fully Comply With Iso 17357-1:2014 Delivery For Use Shall Be Naval Base Kitsap, Bremerton, Wa. commander Navy Region Northwest (cnrnw) Port Operations Is A Service-oriented Program That Directly Contributes To The Current And Future Readiness Of The Fleet. Port Operation’s Job Is To Help Provide “installation Ready To Support Taskings” And Thereby Enhance Readiness Of The Fleet Through Berthing And Hotel Services, Port Logistics, Port Operations Center, Tug And Small Craft Services, Magnetic Silencing Facility, Oil Spill Response And Recovery. in Order To Maintain Consistent And Reliable Shore Support, Cnrnw Requires The Replacement Of It’s Berthing Equipment As Required Due To Regular Use And Ecological Wear. fleet Logistics Center Puget Sound Anticipates Awarding A Single Firm-fixed-price Contract For These Commercial Supplies. the Naics Code For This Acquisition Is 325212, Synthetic Rubber Manufacturing, And The Size Standard Is 1,000 Employees. These Services Are Highly Technical And Are Not Covered By The Service Contract Act. The Purpose Of This Notice Is To Gather Information About Available Businesses That Can Provide The Required Supplies In Accordance With The Salient Characteristics Included The Attached Statement Of Work (sow). in Response To This Sources Sought Synopsis, Please Provide, Via E-mail Only; Your Cage, Point Of Contact To Include A Phone Number And Email Address, And Whether Your Company Is Large, Small, Disabled Vet, Woman Owned, Sdb, Or Hub Zone. Interested Parties Are Allowed To Submit A Capabilities Statement Which Does Not Exceed 5 Single Spaced Pages/times New Roman Font/12pt. Capabilities Shall Include A Clear Demonstration Of Successful Performance In The Same Or Similar Skills And Expertise Areas As Well As, The Contractor’s Resources In Cleared Personnel, And Intellectual Property, If Applicable. Please Note Experience And Capabilities Specific To The Requirement Set Forth In The Sow. No Brochures Please. this Synopsis Is Not A Request For Proposal. It Is A Market Research Tool Being Utilized To Determine The Availability And Adequacy Of Potential Competitive Sources Prior To Issuing A Request For Proposal (rfp). the Government Is Not Obligated To And Will Not Pay For Information Received As A Result Of This Synopsis. A Draft Statement Of Work Is Attached. interested Parties Should Submit Above Information In Electronic Microsoft Word Or Pdf Format To The Contract Specialist, Nicole Logan, Via Email To: Nicole.d.logan.civ@us.navy.mil . Submissions Must Be Received Via Email No Later Than The Date And Time Listed In This Synopsis. Questions Or Comments Regarding This Notice Shall Be Addressed To The Contract Specialist In Writing And Via Email Only. No Phone Calls Will Be Accepted.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. Reynolds Army Health Center, (rahc), Fort Sill, Ok 73503 Has An Upcoming New Requirement For A Contract For An 8-man Audiometric (hearing) Booth To Facilitate Health Care Support. This Is An Fy 25 Requirement. key Features And Salient Characteristics: audiometric (hearing) Booth 8-person Multi-station Audiometric (hearing) Booth a. Must Have A Double Wall b. Must Be Pre-wired Jack Panel With Cable Pass-thru. c. Must Have An Acoustic Floor. d. Must Be Switch-activated With An Led Illuminations System. e. Must Be Acoustically Engineered With Roof-mounted Ventilation. f. Must Have A Sound Secure Patient Viewing Window. g. Features Carpeting With Cove Base Trim. h. Must Have Hospital-grade Recessed Electrical Devices. i. This Standard Specifies Maximum Permissible Ambient Noise Levels (mpanls) Allowed In An Audiometric Test Room That Produce Negligible Masking (р2 Db) Of Test Signals Presented At Reference Equivalent Threshold Levels Specified In Ansi S3.6-1996american National Standard Specification Of Audiometers. The Mpanls Are Specified From 125 To 8000 Hz In Octave And One-third Octave Band Intervals For Two Audiometric Testing Conditions (ears Covered And Ears Not Covered) And For Three Test Frequency Ranges (125 To 8000 Hz, 250 To 8000 Hz, And 500 To 8000 Hz). The Standard Is Intended For Use By All Persons Testing Hearing And For Distributors, Installers, Designers, And Manufacturers Of Audiometric Test Rooms. This Standard Is A Revision Of Ansi S3.1-1991 American National Standard Maximum Permissible Ambient Noise Levels For Audiometric Test Rooms. j. The Audiometer Shall Have A Computer, And Facilitates Test That Can Be Done Automatically, Semi-automatically, Or Manually. k. Unit Can Be Used In Mobile Applications. l. Uses For Screening Audiologic Examinations. m. Contractor Must Be Able To Custom Fit The Audiometric (hearing) Booth In The Government’s Specified Space For Usage. n. Provide Audiometric (hearing) Booth Installation, And Verification Of Operability. o. Provide Training On Usage. p. Provide Two (2) Operator Manuals (also 1 In Digital Format) q. Provide One (1) Service Manual (also In Digital Format) r. Provide Warranty For Equipment And Services. equipment Consists Of The Following: description Quantity 8-man Custom Audiometric Booth 1 Ea. audiometric (hearing) Booth Installation (with Training) 1 Ea. shipping 1 Ea. delivery Date: Estimated the Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees', Regarding This Requirement Is Strictly Prohibited. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Supplies. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. •offeror's Name, Address, Point Of Contact, Phone Number, And E-mail Address. •offeror's Interest In Providing A Proposal/quote On The Solicitation When It Is Issued. •offeror's Capability To Meet Personnel Requirements. •offeror's Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror's In-house Capability To Execute The Required Transcription Services - Provide At Least Three (3) Examples. Documentation Of Appropriate Services Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Means To Compete For This Acquisition. •offeror's Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability. interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. interested Offeror Shall Respond To This Sources Sought Notice No Later Than The Response Time Indicated In This Sam.gov Posting. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award Of Government Contracts. Fax Or Email Your Response Perry J. Cannon, Contract Specialist At Email: Perry.j.cannon.civ@health.mil. Please Label The Email, “panhca-25-p-0000 005855” – Audiometric Booth [vendor’s Cage Code]”. telephonic Inquiries Will Not Be Honored. Email Is The Only Method.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 22.4 Million (USD 383.2 K)
Details: Description The National Irrigation Administration-sultan Kudarat Irrigation Management Office, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Twenty-two Million Four Hundred Seven Thousand Nine Hundred Sixty-one Pesos And 66/100 (p22,407,961.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 1 (contract No. Nia12-infra-skimo-2025-02) Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Now Invites Bids For Remove And Replace Of Canal At Lateral D-4 (sta. 0+000-0+150, Sta. 0+610 - 0+650, Sta.1+273 - 1+280, Sta. 1+680 - 2+010, 2+075.50 - 2+359, Sta.2+575 -2+580, Sta.2+760 - 2+800, Sta. 2+995 -3+290, Sta. 3+305 - 3+660, Dsta.3+670 - 4+260, 4+680 - 4+740) L = 2,045.50 M And 5.0 Units Canal Structures. Completion Of The Works Is Required Three Hundred (300) 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. Instruction To Bidders. 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. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And 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 Only P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 @ 9:00 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 4, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 @ 10:15 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Small B, License Category C&d Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) B. B. Key Personnel With Corresponding Work Experience: 1 - Project Manager Completed At Least One (1) Similar Project 1- Project Engineer Completed At Least One (1) Similar Project 1 - Office Engineer (civil Engineer) With At Least One (1) Year Experience 1 - Material Engineer Duly Accredited By Department Of Public Works And Highways 1 - Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 - Surveyor Completed At Least One (1) Similar Project 1 - Construction Foreman Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units - 4-6 Cu.m Dumptruck 1 Unit - 8-10 Tons Cargo Truck 1 Unit - 0.80 Cu.m./139hp Bucket Capacity Backhoe, Crawler Type 1 Unit - 0.16 Cu.m. Bagger Mixer 1 Unit - 5 Hp Concrete Vibrator 1 Unit - 5 Hp Plate Compactor 2 Units - Bar Cutter 1 Unit - 4"ɸ Water Pump 2 Units - Slump Cone 6 Units - Concrete Cylindrical Moulds 1 Unit - Survey Instrument (auto Level) The National Irrigation Administration-sultan Kudarat 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.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District 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 Indefinite Delivery Contract For Caño Martin Peña, Ecosystem Restoration Project Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Contract 3 Phase 1 Includes The Site Development Of Ciudad Deportiva Roberto Clemente For Material Management Area; Preparation Of The Aquatic Disposal Pits At San Jose Lagoon (sjl); Dredging Of 3,000 Meters-long Access Channel Across Sjl; Bridge Fenders To Protect The Concrete Piers Of The Moscoso Bridge Near The Sjl Access Channel; Dredging Of 450 Meters-long Transition Channel Between Main Channel And Sjl Access Channel; Dredging Of 900 Meters-long Main Channel (30.48 Meters Wide X 3.05 Meters Deep) From The Barbosa Bridge To San Jose Lagoon Transition Channel Including Steel Sheet Pile Walls With Concrete Cap, And Natural Bottom; And Construction Of An Approximately 61 Meters-long Riprap Channel At The Barbosa Bridge To Protect The Foundation From Scour. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using Cost Shared Funding. the Project Will Have An Estimated Period Of Performance Of 1095 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis Is For Information And Planning Purposes Only And Is Neither 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. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 10:00 Am Et, 3 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amendment Is To Add The Pickup Locations As An Attachment the Intent Of This Sources Sought Is To Identify Qualified Small Businesses, Specifically 8(a), Hubzone, Woman-owned, And Service-disabled Veteran-owned Small Businesses, For The Requirement Described Below. The Intent Of This Sources Sought Is To Identify Capable Small Business That Can Perform With Limitations On Subcontracting.scope Of Work Will Consist Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup Point Listed On The Pickup Location Table (attachment 3) Of This Contract In.
far 52.52.219-14 Limitations On Subcontracting (deviation 2021-o0008) States The Offeror/contractor Agrees To Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Contractors May Be Subject To A Minimum $500,000 Fine If Awarded A Contract With This Clause And Are Not Meeting The Requirement. We Have Identified The Majority Of Rcra Tsdfs (treatment, Storage, Disposal Facilities) In The Industry As Large Businesses. All Tsdfs Used During The Performance Of This Contract Must Be Approved And Listed On The Qualified Facilities List (https://www.dla.mil/dispositionservices/offers/disposal/hazardouswaste/hazwastedisposal/). Given That There Is A Lack Of Small Business Ownership Of Tsdfs And That Disposal Costs Make Up A Large Portion Of The Contract Dollar Value, There Is A Reasonable Probability That A Small Business Would Pay More Than 50% Of The Cost Of The Contract To Large Businesses.
the Government Intends To Solicit Proposals On Sam.gov And Award A Firm-fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The Contract Is Anticipated To Have One 30-month Base Period, Followed By One 30-month Option Period. There Is No Solicitation Available At This Time. However, Attached Is The Draft Price Schedule And Pws That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Limitations On Subcontracting Requirements.
if Your Firm Is Capable Of Performing The Requested Services, Without The Limitations On Subcontracting, The Capabilities Package Detailed Below Is Not Required. In Accordance With Far 6.101(a), With Certain Limited Exceptions, Contracting Officers Shall Promote And Provide For Full And Open Competition In Soliciting Offers And Awarding Government Contracts. If Your Firm Would Like To Respond To This Sources Sought, But Is Unable To Meet The Limitations On Subcontracting, Please Email Ronald.hobbs@dla.mil With “sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line, Stating Your Firms’ Notification Of Interest (a Capabilities Package Is Not Required).
submission Requirements: Interested Firms Must Demonstrate Their Ability To Perform The Requested Services, Described Above, By Submitting A Brief Capabilities Package (no More Than Three Pages In Length, Single-spaced, 12-point Font Minimum). This Documentation Shall Identify, At A Minimum:
(1) Company Name, Office Location(s), Cage Code, And A Statement Identifying Small Business Category And Current Status Of The Small Business Classification.
(2) Relevant Experience Within The Last Five Years, Including Description Of The Work You Performed And How It Relates To The Scope Of Work Identified Above, Any Contract Number(s), Names Of Individuals Responsible For The Referenced Contracts/projects, And Current Telephone Numbers For Those Individuals; If You Were A Subcontractor, Identify The Work You Actually Performed As The Sub-contractor.
(3) A Statement Identifying Your Firm’s Ability To Perform In Accordance With Far 52.219-14 Limitations On Subcontracting (class Deviation 2021-o0008), As Well As An Explanation Of How You Would Be Able To Comply With This Requirement If You Are A Small Business Of Any Type Considering The Disposal Requirements Within The Draft Price Schedule That Is Anticipated To Be Included In The Contract; (note: Large Business Respondents Do Not Need To Address This).
(4) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract, Identifying Each Tsdf As Similarly Situated Or Not As Your Firm.
the Submittal Package Must Be Emailed To Ronald.hobbs@dla.mil And Hazardouscontractswest@dla.mil With“sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line. The Submittal Package Must Be Received No Later Than 3:00 Est On January 08, 2025. Late Responses Will Not Be Accepted.
upon Review Of Industry Response To This Sources Sought, The Government Will Determine Whether A Set-aside Acquisition Is In The Government's Best Interest. If An Unrestricted Solicitation Is Issued, Then The Class Deviation 2021-o0008 Limitations On Subcontracting Would Not Apply.
all Responsible Firms, Including Small Businesses, Are Eligible To Submit A Proposal In Response To An Unrestricted Solicitation. A Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 7.8 Million (USD 133.3 K)
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 7,820,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Lake Sebu Cis-resto Cis: Construction Of Protection Works @ Right Side, U/s Sta. 0+000-0+013.50, 13.50 Meters & Right Side, D/s Sta. 0+000-0+013.50 Meters, Protection Works @ Left Side, U/s Station 0+000-0+002.50-2.50 Meters & D/s Station 0+000-0+002.5-2.50 Meters , 1 Unit Solar Powered Pump Irrigation With Complete Facility & Accessories And Temporary Facility. (nia12 -scsimo -infra -2025-009). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 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. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8-january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Electrical Engineer/electronic Engineer/technician, Completed At Least One (1) Similar Project 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 2 Units – Concrete Mixer (1 Bagger), 7.5hp 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind), 1 Ton 1 Unit – Welding Machine, 20-400amp 1 Unit – Generator Set, 11-15kw 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani 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. 11. For Further Information, Please Refer To: Engr. Ronnie B. Tabaosares Bac Chairperson 9506/gensan Drive, Brgy. Concepcion Koronadal City, South Cotabato Tel. No. 083-228-1054
4651-4660 of 5375 archived Tenders