Survey Tenders
Survey Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Washington
city: Kent
delineated Area: North: From The Intersection Of I-5 & 129th St, East On 129th St To Martin Luther King Jr Way S/sunset Blvd To Rainier Ave S. From The Intersection Of Sunset Blvd & Rainier Ave S, North On Rainier Ave S To Airport Way S Then East On Airport Way S Until It Turns To Logan Ave S. North On Logan Ave S Which Turns To Southport Dr N Then East On Southport Dr N/sunset Blvd/renton-issaquah Rd To Maple Valley Rd. From The Intersection Of Renton-issaquah Rd & Maple Valley Rd, East On Maple Valley Rd To Issaquah-hobart Rd Se.
east: From The Intersection Of Maple Valley Rd & Issaquah-hobart Rd Se, South On Issaquah-hobart Rd Se To Cedar Grove Rd Se Then South On Cedar Grove Rd Se To Renton-maple Valley Rd Se. From The Intersection Of Cedar Grove Rd Se & Renton-maple Valley Rd Se, South On Renton-maple Valley Rd Se To Hwy 18 Then South On Hwy 18 To M St Se.
south: From The Intersection Of Hwy 18 & M St Se, South On M St Se To 37th St Se Then West On 37th St Se To A St Se. From The Intersection Of 37th St & A
st Se, South On A St Se To Ellingson Rd Then West On Ellingson Rd To Hwy 167. From The Intersection Of Ellingson Rd & Hwy 167, North On Hwy 167 To Hwy 18 Then East On Hwy 18/348th St To Pacific Hwy S.
west: From The Intersection Of 348th St & Pacific Hwy S, North On Pacific Hwy S/international Blvd To 200th St Then East On 200th St To I-5. From The Intersection Of 200th St & I-5, North On I-5 To 129th St.
see Attached Delineated Area Map
minimum Sq. Ft. (aboa): 11,868
maximum Sq. Ft. (aboa): 13,648
space Type: Office
full Term: 20 Years
firm Term: 10 Years
option Term: Two (2) 5-year Options
additional Requirements: If Inside City Center, Parking Facilities With An Adequate Availability Of Parking Spaces Open To The General Public To Accommodate Employees And Visitors Shall Be Located Within The Immediate Vicinity Of The Building But Generally Not Exceeding A Walkable 1,320 Feet (or ¼ Mile) Of The Employee Entrance Of The Offered Building, As Determined By The Lco.
if Outside City Center, The Parking-to-square-foot Ratio Available On-site Shall At Least Meet Current Local Code Requirements, Or, In The Absence Of A Local Code Requirement, On-site Parking Shall Be Available At A Ratio Of Three (3) Spaces For Every 1,000 Rsf Of Space.
a Public Transportation Stop Shall Be Located Within The Immediate Vicinity Of The Building, But Generally Not Exceeding A Safely Accessible, Walkable 1,320 Feet (or ¼ Mile) From The Principal Functional Entrance Of The Building, As Determined By The Lco.
if Space Is Located Above The Ground / First Floor, Requires Minimum Two Elevators, One Of Which Can Be A Freight Elevator. A Backup Generator Is Required For At Least One Of The Elevators.
no Part Of The Building Is Within 800 Feet Of An Active, Freight-carrying Railroad Track.
adaptable To An Efficient Layout As Determined By Ssa, The Occupant Agency.
consideration Will Include:
• All Contiguous Space
• Columns At Least 20 Feet Apart (center To Center)
• Distance From Offered Building To Adjacent Property Lines And/or Structures
no History Of Heavy Industrial Use, Including But Not Limited To Large Dry-cleaning Operations, Rail Yards, Gas Stations, Or Industrial Facilities.
exterior Wayfinding And Monument Signage May Be Required.
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 17th, 2025
market Survey (estimated): February 2025
occupancy (estimated): Fall 2027
send Expressions Of Interest To:
name/title: Mark Carnese, Executive Director
address: 200 Sw Market Street, Suite 200
portland Or, 97201
phone: 503-279-1764
email Address: Mark.carnese@gsa.gov
government Contact Information
lease Contracting Officer Yen Banh
broker Contractor For Gsa Dana Mcneil, Archer Recs,
subcontractor To Cushman & Wakefield
mark Carnese, Executive Director
cushman & Wakefield
Closing Date18 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state: Minnesota
city: Mounds View
delineated Area:
north: County Road 14/ Main Street/125th Avenue Ne From Us Hwy 169/ferry Street, Continuing On 125th Avenue Ne/county Road 14, To I-35w. Follow I-35w From County Road 14/ Main Street/125th Avenue Ne To I-35e
east: I-35e South From I-35w I-694. Follow I-694 To The East And Then South, To I-94.
south: I-94 From I-694, To I-394. Follow I-394 From I-94 To I-494.
west: I-494 From I-394 To I-94. Follow I-94 From I-394 Us Hwy 169. Follow Us Hwy 169 From I-394 To County Road 14/main Street.
minimum Sq. Ft. (aboa): 13,348 Aboa Sf Total
6,914 Aboa Sf Office / 6,434 Aboa Sf Warehouse
maximum Sq. Ft. (aboa): 14,051 Aboa Sf Total
7,278 Aboa Sf Office / 6,773 Aboa Sf Warehouse
space Type: Office And Warehouse
parking Spaces (total): The Parking-to-square-foot Ratio Available On Site Shall At Least Meet Current Local Code Requirements.
parking Spaces (reserved): 22 (includes 4 Boats And 1 Trailer)
full Term: 20 Years
firm Term: 15 Years
option Term: None
additional Requirements:
• The Space Shall Be Contiguous, On Ground Level.
• A Minimum Of 11,640 Sf To A Maximum Of 12,804 Sf Of Secure Fenced Area Must Be Located On Site To Be Used For The Outdoor Storage Of Vehicles. The Fenced Area Must Accommodate Vehicular Access And Circulation Throughout For Large Vehicles And Vehicles Pulling Trailers. Access To The Fenced Area Will Be Controlled Through A Gate On Rollers. Fencing Is Required As Part Of The Tenant Improvement Scope.
• Space Shall Be Located In An Office, Research, Technology, Or Business Park That Is Modern In Design With A Campus-like Atmosphere; Or, On An Attractively Landscaped Site Containing One Or More Modern Office Buildings That Are Professional And Prestigious In Appearance With The Surrounding Development Well Maintained And In Consonance With A Professional Image.
• Warehouse Space Shall Have A Minimum Clear Or Working Ceiling Height Of 14 Feet Clear. Warehouse Space Shall Include An Insulated Metal Sectional Overhead Door Measuring At Least 12’ Wide By 12’ High, At Ground Level. Overhead Door Shall Be Electronically/ Automatically Operated With Appropriately Sized Automatic Push Button Electric Openers. Circulation Patterns In Front Of The Overhead Door Should Allow For Easy Access And Maneuverability Of Large Vehicles And Vehicles Pulling Trailers That Can Reach In Excess Of 55’ Long With Central Pivot Points Like Standard Semi-trailers. Vehicles Must Be Able To Enter And Navigate The Warehouse Space. The Warehouse Must Have A Separate Ventilation System, Capable Of Removing Carbon Monoxide, From The Main Building To Avoid Contamination Of Laboratories And Office Space. The Warehouse Space Shall Be Climate Controlled.
• Space Configuration Shall Be Conducive To An Efficient Layout. Consideration For An Efficient Layout Will Include, But Not Be Limited To The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depths, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves Or Offsets That Will Result In An Inefficient Use Of Space. The Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
• The Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 A.m. To 6:00 P.m. (excluding Saturdays, Sundays And Federal Holidays).
• The Office, Warehouse, And Lab Space Will All Require An Independent Hvac System Conforming To The Locally Approved Building Code.
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 0.2-percent-annual Chance Floodplain (formerly Referred To As [“500-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: February 7, 2024
market Survey (estimated): Tbd
occupancy (estimated): March 1, 2026
send Expressions Of Interest To:
name/title: Josh Johnson
4400 W 78th St | Suite 200 | Bloomington, Mn 55435
952-924-4825
email Address: Josh.johnson@cbre.com
government Contact Information
lease Contracting Officer: Jeanette Torres
leasing Specialist: Michael Dillon
broker: Matt Bartlett, Cbre, Inc
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
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.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date11 Feb 2025
Tender AmountPHP 29.1 Million (USD 501.4 K)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state:
north Carolina
city:
greensboro
delineated Area:
north Boundary: Starts At Intersection Of Route 150 And Mcleansville And Goes West To Route 220. Route 220 To I-73.
east Boundary: Starts At Intersection Of I-40 And Mt Hope Church Rd. Go North On Mt Hope Church Rd To Mcleansville Rd. Mcleansville Rd To Route 150.
south Boundary: Starts At Intersection Of Route 421/i-40/i-840 Go East To Interstate 73. I-73 To I-85. I-85 To I-40.
west Boundary: Starts At Intersection Of Interstate 73 And Route 220. Go South On I-73 To Route 150. Route 150 To Route 421.
minimum Sq. Ft. (aboa):
3,959
maximum Sq. Ft. (aboa):
3,959
space Type:
office
parking Spaces (total):
6
parking Spaces (surface):
6
parking Spaces (structured):
0
parking Spaces (reserved):
6
full Term:
15 Years
firm Term:
12 Years
option Term:
n/a
additional Requirements:
offered Space Must Be Located On The Ground Floor (to Accommodate A Detention Holding Cell) And On No More Than One Contiguous Floor. If Multi-tenanted Building, Agency Will Need To Have Dedicated Elevator Access To The Sallyport.
the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week, And 365 Days A Year.
offered Building And Site Layout Must Have Ability To Provide Or Construct An Enclosed, Secure Sallyport, Used For Detainee Transportation. Sallyport Must Have Dedicated Secure Entrance And Pathway Into Ground/ First Floor Space And Or Detention Spaces. The Sally Port Must Be Large Enough To Accommodate A Large Van And Onboarding And Deboarding Movements.
agency Cannot Be Collocated With Other Federal, State, Local Government Agencies Or Private Firms Who Provide Daycare Services, Abortion Services, Mental Health Services, Drug Rehabilitations Services, Probation Services, Public Defender Services, And/or Social Services.
residential Adjacencies To Potential Sites Will Be Carefully Reviewed With Agency Security Guidelines And At The Government's Discretion, May Be Eliminated From Consideration.
offered Building Must Not Be Within 100 Yards, Measured Linearly From Property Line To Property Line, Or Within The Line Of Sight Of Schools, Daycares, Churches, Residential Areas, Correctional Facilities, Mental Health Or Drug Treatment Facilities, Or Areas Of High Civilian Activity Or Vulnerability.
offered Building Must Be Capable Of Providing At Least Two Vehicular And Pedestrian Ingress/egress Points From Property.
the Site Shall Be Easily Accessible By Main Thoroughfare But Inconspicuous Or Discreet To Public And Traffic. Preference Will Be Given To Locations That Are Within Short Driving Distance To Concessions And Other Professional Business Offerings.
a Total Of 6 Secured Parking Spaces Comprised Of 6 Reserved Surface And Parking Spaces That Must Be Available On-site And Directly Accessible To The Government-controlled Space.
including In The Total Parking Required May Be Spaces For Oversized Vehicles Requiring Minimum 10’ Clearance And Up To 30’ Long Spaces.
if Parking Is Not Secured, Offered Space Will Allow The Agency To Install A Secured Fence With Gates Around The Government Owned Vehicles.
additional Requirements May Apply And Will Be Addressed In Rlp/lease
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 100 Year Flood Plain.
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 Must Include The Following Information: Please Reference Solicitation Number 8nc2175 With Your Submission:
1. Building Name And Address And Location Of The Available Space
2. Rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced
3. Floorplans Showing The Current Configuration Of The Offered Space
4. Site Plan Showing Current Configuration Of The Offered Site Including Number Of Parking Spaces Available Onsite
5. Date Of Space Availability
6. Building Ownership Information And Authorization To Represent Building Owner Or Documentation Showing Offeror Has Control Or Ability To Control The Site
7. Energy Efficiency And Renewable Energy Features Existing Within The Building
8. List Of Building Services Provided
9. Narrative Of Planned Improvements Or Redevelopment Plan If Current Shell Does Not Meet Minimum Advertised Requirements
10. Building, Space, And Parking Compliance With Fire/life-safety And Seismic Requirements.
expressions Of Interest Due:
may 28, 2024 By 4:00pm Est
market Survey (estimated):
tbd
occupancy (estimated):
tbd
send Expressions Of Interest To:
name/title:
morgan Walker
office/fax:
412-779-2244
email Address:
morgan.walker@gsa.gov
government Contact Information
lease Contracting Officer
derek Sanders
broker
morgan Walker
broker
jason Lichty
Closing Date30 Jan 2025
Tender AmountRefer Documents
USTRANSCOM USA Tender
Automobiles and Auto Parts
United States
Details: Note: The Requirements Under This Rfq Are In Addition To The Requirementsunder Rfq Htc71125qcc02, Posted 31 December 2024.
for This Reqiuirement, Air Operators Do Not Need To Be Dod Carb Approved, Per Reference (a) And (b), To Submit Proposals For Chartered Air Services As The Aircraft Will Not Carry Department Of Defense (dod) Personnel Or Cargo. Two Pilots Are Required For All Flights, Even With Single Engine Aircraft If That Aircraft Supports A Second Pilot.
the Aircraft Will Conduct Operations From Deadhorse Airport (iata: Scc/icao: Pasc) And Support Flights To Ice Floes Approximately 100 Nautical Miles (nm) To 225 Nm From The Airport In The Northern Direction (i.e. This Is One-way Distance From Deadhorse Airport And There Is No Fuel Available En Route Or At The Target Ice Floe). The Aircraft Must Be Equipped With Gps, Navigation, And Communication Equipment. Air Operators Are Expected To Procure Fuel For Their Aircraft.
contractor Shall Conduct Charter Aircraft Service To Cover A Pioneering Landing. The Pioneering Landing Flight Is The Aircraft That Conducts The Initial Landing On The Sea-ice; There Is No Person On The Ice At This Time, The Snow/ice Is Not Groomed For A Runway Or Skiway (i.e. Unimproved Landing Site), And No Measured Ice Thickness Is Available (although Predicted Ice Thickness May Be Available). The Plane May Use Wheels, Skis, Or A Combination And Have Endurance Minimum Of Five Hours To Travel To Various Ice Floes, Which Have Been Selected By The Navy Through Satellite Imagery Analysis, Approximately 100 Nm To 225 Nm From Deadhorse Airport (scc) In Prudhoe Bay, Alaska. The Aircraft Must Be Able To Operate Without A Groomed Runway. The Aircraft Operator And Pilots Must Have Experience With Pioneering Landings. The Aircraft Must Be Able To Take Off And Land On The Sea-ice In Under 1,500 Feet But A Distance Of 1,000 Feet Or Less Is Highly Preferred. Conventional Landing Gear (i.e. Tail-wheel Gear) Equipped Aircraft Is Highly Preferred For This Operation. Preferred Aircraft For This Specific Operation Is The De Havilland Otter (dhc-3) With Wheel-ski Configuration.
the Aircraft Shall Accommodate At Least Four Passengers, Although The Capability To Accommodate More Passengers Is Preferred. The Experienced Pilot Will Select A Suitable Landing Site On The Ice With The Guidance And Concurrence From An Onboard, Contracted Subject Matter Expert. The Aircraft Must Provide Payload Capacity For At Least 2,000 Lbs. To Accommodate Personnel And Equipment. Contracted Personnel May Bring Ice Augers, Scientific Equipment, Communications Equipment, Emergency Survival Gear, Electrical Generators, And Shelters. The Contracted Representative Will Provide Survival Gear (e.g. Survival Tent, Insulated Air Pads, Sleeping Bags, Iridium Phones With Gps) To Accommodate Passengers.
it Is Expected That The Aircraft Will Remain On The Sea-ice For Approximately 1 – 3 Hours During Pioneering Flights To Conduct Ice Surveys.
the Projected Service Period Will Be 23-26 February 2025.
minimum Guaranteed Flight Hours: 15 Total Flight Hours.
potential Total Flight Hours: 20 Total Flight Hours.
Closing Date6 Feb 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice.
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.
the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) 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 On Providing Contact Lenses Supplies To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1504975-pimc.
requirement:
1. See Attachment, Pdf Contact Lenses Supply List
delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016
the Applicable Naics To This Procurement Is 339115, Ophthalmic Good Manufacturing, Size Standard 1,000 Employees.
an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time.
is Your Firm A:
___ Indian Small Business Economic Enterprise/native Owned Small Business
or
___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb
___ Small Disadvantage Business, ___ Women-owned Sb
or
___ Other Than Small Business
buy Indian Act
the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees.
definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:
The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;
The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And
The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians.
definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award 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 Supplies Are Invited To Submit A Response To This Sources Sought Notice By January 2, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1504975-pimc.
all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following:
1. Company Name.
2. Point Of Contact (name/title/telephone Number/e-mail Address).
3. Fss / Sewp Contract Number, If Applicable.
4. Duns Number Or Sam Unique Entity Identifier Number.
5. Tax Id Number.
6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies.
7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above.
9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer.
additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1.
to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:
Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,
Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status.
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided.
if You Have Any Questions Concerning This Opportunity Please Contact:
donovan Conley
contract Specialist
phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374
attachment:
1. Ihs Indian Economic Enterprises Representatives Form
2. Contact Supply List
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Environmental Service
Corrigendum : Closing Date Modified
United States
Details: $45m Wosb Set-aside Idiq Matoc For Environmental Consulting Services (ecs).
for Information Only: This Synopsis Is Only A Notification That A Solicitation Is Anticipated And Forthcoming. All Questions Regarding This Synposis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below.
the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of An Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Environmental Consulting Services Resulting From Request For Proposal (rfp) W912dw25r1000.
the Request For Proposal (rfp) Will Be Set-aside For Women-owned Small Businesses (wosb). The North American Industry Classification System (naics) Code Is 541620 Environmental Consulting Services With A $19m Size Standard.see Far Clause 52.219-14limitations On Subcontracting (deviation 2021-o0008) And52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program.
project Description:
the Anticipated Idiq Will Consist Of A Five (5) Year Period (a Base Period Of 3 Years And Two 1-year Option Periods), Sharing A Total Combined Maximum Contract Capacity Of $45,000,000 For The Life Of All Contracts. The Primary Area Of Responsibility (aor) For The Anticipated Work Is The Seattle District (nws), Which Includes Washington, Oregon, Parts Of Idaho, And Western Montana. This Matoc Will Also Be Available For Use Across Any Of The Five Districts Of The Northwestern Division (nwd); The Other Four Districts Are Portland (nwp), Walla Walla (nww), Kansas City (nwk), And Omaha (nwo). The Nwd Aor Covers 14 States (washington, Oregon, Idaho, Montana, North Dakota, South Dakota, Minnesota, Wisconsin, Wyoming, Nebraska, Iowa, Colorado, Kansas, And Missouri).
work Identified Under This Anticipated Procurement Will Require Expertise In National Environmental Policy Act (nepa) And All Other Environmental Laws And Executive Orders Considered During The Nepa Process. The Government Also Requires Expertise In Biology, Cultural, And Related Environmental Sciences To Assist With Compliance Of Environmental Laws. The Environmental Studies To Be Performed Under This Contract Will Cover Environmental Resources And Issues Throughout The Pacific Northwest Including, But Not Limited To, The Corps' Seattle District Area Of Responsibility Which May Include Work At Army, Air Force And Other Dept. Of Defense Installations. Type Of Work Anticipated Under This Matoc Includes Site-specific Cultural And Natural Field Surveys, Field Sampling, Monitoring And Data Analyses And Reporting; Nepa Environmental Planning And Impact Assessment; And Multimedia Environmental Compliance Assessment And Follow-up. Technical Support For Corps Projects Will Consist Primarily Of Studies Dealing With Fish, Plant, Cultural And Wildlife Species And Habitat Surveys, Sediment Collection, Chemical And Biological Testing Including Toxicological Interpretation, Associated Environmental Coordination And Preparation Of Required Nepa, Clean Water Act, National Historic Preservation Act (nhpa) And Other Compliance Documents Listed In The Next Paragraph. Studies Will Provide Primary Support For Ecosystem Restoration Projects, Water Resource Development Projects, Hydropower Operations And Maintenance, And Testing Of Potential Dredged Material, Reference Areas Or Sites, And Possibly Dredged Material Disposal. Work Will Include Coordination And Consultation With Corps Representatives For Design Analyses And Quality Assurance Plans, Sediment Collection, Storage And Transport, And Chain-of-custody For Chemical Analysis For Priority Pollutants. Studies Will Include Physical, Chemical, And Biological Testing And Evaluations In Inland Freshwater And Terrestrial Environments. Tests Required May Involve Data Collection For Aquatic Benthos, Fish, Wildlife And Plant Communities And Habitats, Performing Taxonomic Characterizations, Chemical Characterizations, And Physical Sediment Analyses. Work Will Also Include Providing Expert Toxicological Advice In The Evaluation Of Test Results.
work Will Require Familiarity With All Applicable Regulations, Including Nepa, National Historic Preservation Act (nhpa), Comprehensive Environmental Response, Compensation, And Liability Act (cercla, Superfund), Endangered Species Act (esa), Migratory Bird Treaty Act (mbta), Bald And Golden Eagle Protection Act (bgepa), Magnuson-stevens Fishery Conservation And Management Act (msa), Marine Mammal Protection Act(mmpa), Fish And Wildlife Coordination Act (fwca), Sikes Act, Clean Water Act(cwa), Coastal Zone Management Act (czma), Model Toxics Control Act (mtca),dredged Material Management Program (dmmp), Washington, Oregon, Idaho And Montana State Sediment Management Standards (sms), And Other Pertinent Federal, State, And Local Laws And Regulations.
offerors: On Or About, 14 January 2025, A Link To The Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r1000. No Cd’s Or Hard Copies Will Be Made Available. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp To Your “watchlist.” If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The “add Me To Interested Vendors” Button In The Listing For This Rfp.
procurement Integrated Enterprise Environment (piee) Solicitation Module
your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/.
for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links:
piee Registration: Https://piee.eb.mil/
note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov.
piee Solicitation Module:
training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; 'solicitation Module' - 'proposals (offers)' - 'posting Offer')
for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Sources Sought Announcement
**this Notice Is Being Sent For Market Research Purposes Only
and Cannot Be Awarded.**
anticipated Date To Be Published In Sam: 1/30/2025
anticipated Closing Date: 2/7/2025
poc Code/name: Heather Wiley
telephone#: 540-742-8742
email Address: Heather.r.wiley2.civ@us.navy.mil
fsc Code: J010, J016, J017, J028, J029, J035, J036, J043, J051, J052, J058, J059, J060, J066, J070, And J099.
naics: 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance.
this Is A Sources Sought Announcement Only Issued By Naval Surface Warfare Center Dahlgren Division (nswcdd). This Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Under No Obligation To Pay Direct Or Indirect Costs Or Charges That Arise As A Result Of Contractor Submission Of Responses To This Notice Or The Government’s Use Of Such Information. The Information Provided In This Document Is Subject To Change And Is Not Binding On The Government.
nswcdd Is Conducting Market Research For Sources Sought For Evaluation, Repair And Calibration Services For Hardware Including Tektronix And Agilent Products.
the Naval Surface Warfare Center Dahlgren Division (nswcdd) Is Soliciting Market Research Information From Industry On Its Ability To Provide Evaluation, Repair And Calibration Services Identified In The Draft Statement Of Work (sow) Including Sample Inventory Identified In Attachment A. Attachment A Identifies Potential Or Similar Hardware In Inventory That May Require Services. The Immediate Objective Is To Survey And Assess Interest From All Businesses Capable And Interested In Participating In This Effort. Responses To This Sources Sought Will Be Evaluated To Make This Determination.
this Sources Sought Is Only For The Purpose Of Identifying Potential Sources As Part Of Market Research. No Request For Quote (rfq) Exists; Therefore, Do Not Request A Copy Of The Rfq. Responses To The Sources Sought Will Not Be Returned.
responses To This Sources Sought Are Not Quotes On Which Nswcdd Can Issue Any Contract. This Sources Sought Is Issued For Information And Planning Purposes Only And Does Not Itself Constitute An Rfq. The Government Does Not Intend To Award A Contract, Or Bpas Based Only On Responses To This Sources Sought.
all Information Received In Response To This Sources Sought Marked "proprietary" Will Be Protected And Handled Accordingly. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response.
the North American Industry Classification Systems (naics) Code Proposed For The Requirement Is 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance.
any Potential Rfq Or Awards Would Be Posted On Sam.gov. Simplified Acquisition Procedures In Accordance With Far Part 13 Would Be Utilized. The Basis Of Award Would Be Lowest Price Technically Acceptable. Submitted Pricing Quotes Must Be Fob Destination, Inclusive Of Shipping. Award Would Be Firm Fixed Price. Items Must Be Taa Compliant.
set-aside: The Opportunity Is Not Set Aside For Any Specific Small Business Category, Though The Notice Explicitly Invites Participation From Small Disadvantaged Businesses, Hubzone Firms, Certified 8(a), Service-disabled Veteran-owned Small Business, And Woman Owned Small Business.
documents: A Draft Statement Of Work, Contract Data Requirements List (cdrl) And List Of Sample Inventory Are Attached To This Source Sought. It Is The Responsibility Of Any Potential Offeror To Monitor This Site For Additional Information Pertaining To This Requirement.
request For Capability Statements:
capability Statements Are Requested To Determine If Other Businesses Are Capable Of Performing This Work. All Businesses Capable Of Fully Satisfying The Requirements Described Above And Outlined In The Attachment Should Submit Capability Statements/expressions Of Interest Providing The Government The Necessary Information To Determine Actual Capability.
interested Parties Are Requested To Provide A Coversheet With The Official Company Name, Cage Code, And Point Of Contact Including Name, Phone Number And Email Address. Cage Codes Will Be Used For Verification Of The Inclusion In The System For Award Management (sam);
interested Parties Should Submit Documentation Addressing The Company’s Capabilities Supporting The Requirements Identified In The Attached Sow And Including Equipment Identified In Attachment A;
a Summary Of Specific Past Performance On Same Or Similar Size And Scope Of Work Performed By The Offeror Within The Past Five (5) Years, Including A Description Of The Services Provided, The Dollar Value Of The Effort, And The Contract Number.
all Questions Are To Be Submitted Via Email To The Contract Specialist: Heather Wiley, With The Email Titles To Include: "capability Statement Sources Sought For Tektronix Repairs" In Subject Line.
responses Shall Be Provided By E-mail To Contract Specialist’s Heather Wiley No Later Than 1200 Est On 07 February 2025. Capability Statements Received After That Time May Not Be Considered For Purposes Of The Subsequent Request For Proposal.
electronic Responses Must Be In Microsoft Word® Or Adobe Acrobat® Formats And The Font Size Shall Not Be Smaller Than 10 Point.
companies Must Also Be Registered In The System For Award Management (sam.gov) To Be Considered A Potential Source. The Statement Of Capability Shall Be Unclassified.
please Send Responses With The Subject Heading “tektronix Repairs” To Heather Wiley At: Heather.r.wiley2.civ@us.navy.mil By Friday, 07 February 2025 At 10:00 Am Et.
note: This Sources Sought Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute An Invitation For Bids (ifb), A Request For Proposals (rfp), A Request For Quotes (rfq) Or An Indication That The Government Will Contract For Any Of The Items And/or Services Contained In This Notice.
Closing Date7 Feb 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Diversion Works And Construction Of Canalization Of Siocon Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-repaircis2025-016 (infra) Project Name : Siocon Cis Contract Location : Siocon, Zamboanga Del Norte Scope Of Works : Rehabilitation Of Diversion Works And Construction Of Canalization Approved Budget For The Contract (abc) : Php 9,563,790.66 Contract Duration : 151 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 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. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Cargo Truck 4 Tons 1 Backhoe 1 Cu.m 1 Dumptruck 8 Cu.m 2 Concrete Mixer 1 – Bagger 2 Concrete Vibrator 5 Hp 2 Plate Compactor 5 Hp 1 Water Truck 5,000 Ltrs 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Cargo Truck 4 Tons 1 Backhoe 1 Cu.m 1 Dumptruck 8 Cu.m 2 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I. Canalization Common Excavation (mechanized) 177.22 Cu.m Common Backfill (mechanized) 950.36 Cu.m Reinforcing Steel Bars, All Sizes 9,338.52 Kg Class B Concrete, 170 Kg/sq.m (2,400 Psi Plain Concrete) 212.28 Cu.m Gravel Bedding 142.78 Cu.m Selected Earthfill 101.83 Cu.m Grouted Riprap 75.81 Cu.m Rubble Masonry 21.62 Cu.m Ii. Diversion Works Structure Excavation (mechanized) 23.15 Cu.m Class A Concrete, 211 Kg/sq.m (3,000 Psi Plain Concrete) 36.56 Cu.m Reinforcing Steel Bars, All Sizes 1,359.34 Kg Selected Earthfill 176.52 Cu.m Gravel Bedding 28.32 Cu.m Concrete Demolition 10.00 Cu.m Iii. Project Billboard 1.00 Ls Iv. Temporary Works, Mobilization And Demobilization 1.00 Ls V. Occupational Construction Safety And Health 1.00 Ls
Closing Date20 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.2 K)
4661-4670 of 5382 archived Tenders