Survey Tenders
Survey Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00071 : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Maharlika Highway - K0382+000 - K0382+575, K0382+826 - K0383+003, K0390+830 - K0390+923 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱59,894,655.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00071: Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Maharlika Highway - K0382+000 - K0382+575, K0382+826 - K0383+003, K0390+830 - K0390+923. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Maharlika Highway - K0382+000 - K0382+575, K0382+826 - K0383+003, K0390+830 - K0390+923 Contract Id No. : 25b00071 Location : Naguilian & Gamu, Isabela Brief Project Description : Asphalt Overlay, Length = 0.8550 Km, 3.4200 Lane-km (as Per Survey) With Selective Road Reblocking Works And Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction (0.23 & 0.30) M Thick – Pccp • Excavation (surplus Common) • Subgrade Preparation Subbase And Base Preparation • Aggregate Base Course • Polymer Stabilized Subbase/base/surface Course Surface Courses • Asphalt Overlay • Pccp, 0.30 M Thick 7-day Concrete Miscellaneous Structures • Road Signs (warning, Regulatory) • Solar Stud • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Structural Concrete Injection And Crack Repair Approved Budget For The Contract (abc) : ₱59,894,655.00 Contract Duration : 122 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15 - March 10, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On March 10, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 15 - 21, 2025 Conspicuous Place (procurement Bulletin Board): February 15 - 21, 2025
Closing Date10 Mar 2025
Tender AmountPHP 59.8 Million (USD 1 Million)
Northwest Samar State University Tender
Food Products
Philippines
Details: Description 1. Lot 1: 9th Management Review Committee Meeting (abc Total = 26,250.00) -75 Pax 1a. Menu For Am Snack Overflowing Coffee, Pancit, Puto, Water -75 Pax 1b. Menu For Lunch: Rice Creamy Beef And Mushroom, Buttered Chicken, Chop Suey, Fruit Salad, Softdrinks, And Water 2. Lot 2: Recertification 2025 (abc Total = 197,000.00) -63 Pax 2a. Food Supply For Lunch (catered) Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -325 Pax 2b. Food Supply For Packed Lunch Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -10 Pax 2c. Day 1 Menu For Am Snacks: Overflowing Coffee, Carbonara With Toasted Bread, Juice/water -10 Pax 2d. Day 1 Menu For Pm Snacks: Overflowing Coffee, Ham And Cheese Sandwich, Juice/water -63 Pax 2e. Day 2 Menu For Lunch (catered): Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -325 Pax 2f. Day 2 Menu For Packed Lunch: Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -10 Pax 2g. Day 2 Menu For Am Snacks: Overflowing Coffee, Pancit With Bread, Juice/water -10 Pax 2h.day 2 Menu For Pm Snacks: Overflowing Coffee, Egg Mayo Sandwich, Juice/water 3. Lot 3: Monitoring And Inspection Of Ched ( Abc Total = 150,000.00) -50 Pax 3a. 1st Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3b. 1st Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3c. 1st Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3d. 2nd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3e. 2nd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3f. 2nd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3g. 3rd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3h. 3rd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3i. 3rd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3j. 4th Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3k. 4th Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3l. 4th Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 4. Lot 4: Monitoring And Inspection Of Prc (abc Total = 75,000.00) -25 Pax 4a. 1st Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks)" -25 Pax 4b. 1st Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4c. 1st Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4d. 2nd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4e. 2nd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4f. 2nd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4g. 3rd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4h. 3rd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4i. 3rd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4j. 4th Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4k. 4th Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4l. 4th Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 5. Lot 5: Food For Accreditation Survey Visit (abc Total = 311,250.00) -120 Pax 5a. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5b. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5c. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5d. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5e. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5f. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5g. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 4) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5h. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 5) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5i. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 Food Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) Terms And Conditions For The Food Supplies For Monitoring And Inspection Related Activities: 1. The Caterer Shall Provide Food And Catering Services On The Scheduled Activity Based On The Information Of End-user, Provided That The Caterer Shall Be Informed At Least Three (3) Calendar Days Prior To The Activity. 2. Be Noted That The Number Of Participants Per Quarter Vary Depending Upon The Actual Visit Provided That The End-user Will Not Exceed The Proposed Number Of Participants Per Year. Additional Information Shall Be Given By The End-user Provided That It Is Given Within The Reasonable Period Of Time. 3. The Caterer Shall Provide, Free Of Charge, Adequate Table Cloth And Linens, And All Necessary Meal Materials. 4. The Caterer Shall Be Paid Every After The Activity Based On Actual Services Rendered And Upon Receipt Of The Statement Of Account Duly Accepted And Reviewed By The End-user. 5. All Bid Prices Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During The Contract Implementation. 6. The Nwssu Reserves The Right To Cancel The Contract With The Caterer Prior To Its Completion, Should It See Fit Based On Verifiable Concerns Regarding The Quality Of Food Served And Services Rendered, And Other Consideration Deemed Contrary Thereto.
Closing Date6 Feb 2025
Tender AmountPHP 759.5 K (USD 12.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00067 : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads-primary Roads - Maharlika Highway - K0346+694 - K0347+282, K0347+430 -k0347+993, K0350+700 - K0351+561, K0352+000 - K0352+338, K0352+534 - K0353+434.50 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱74,719,950.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00067: Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads-primary Roads - Maharlika Highway - K0346+694 - K0347+282, K0347+430 -k0347+993, K0350+700 - K0351+561, K0352+000 - K0352+338, K0352+534 - K0353+434.50. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads-primary Roads - Maharlika Highway - K0346+694 - K0347+282, K0347+430 -k0347+993, K0350+700 - K0351+561, K0352+000 - K0352+338, K0352+534 - K0353+434.50 Contract Id No. : 25b00067 Location : Alicia, Isabela Brief Project Description : Asphalt Overlay, Length = 3.2875 Km, 6.575 Lane-km (as Per Survey) With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱74,719,950.00 Contract Duration : 131 Calendar Days Inclusive Of 9 Unworkable/rainy Days, 27 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11 - March 03, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 18, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before March 03, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On March 03, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 11 - 17, 2025 Conspicuous Place (procurement Bulletin Board): February 11 - 17, 2025
Closing Date3 Mar 2025
Tender AmountPHP 74.7 Million (USD 1.2 Million)
DEPT OF THE AIR FORCE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Solicitation Document:
rfq #fa487725qa120
dm Air Show 2025 On And Off Base Traffic Control
i. This Is A Solicita. On For Commercial Items/services Prepared In Accordance With Far Part 13, As
supplemented With Addional Informaon Included In This Noce. This Announcement Constutes
the Only Solicitaon; Quotes Are Being Requested And Additional Wrien Solicitaon Will Not Be
issued.
ii. Solicitaon #fa487725qa120 Is Issued As A Request For Quotaon (rfq)
iii. This Solicitaon Document Incorporates Provisions And Clauses Of Those In Effect Through Federal
acquision Circular 2025-02 Effecve 03 January 2025, The Dfars Provisions And Clauses Are Those
effecve 18 December 2024, The Daffars Provisions And Clauses Are Those Effecve 16 October
2024.
iv. This Procurement Is Being Issued As A Total Small Business Set‐aside. The North American Industry
classificaon System Code Is 532490 With A Size Standard Of $40.0m.
v. The Right To Make Mulple Or No Award Is Reserved In The Event It Is Advantageous To The
government To Do So.
vi. Davis‐monthan Air Force Base Intends To Award A Firm‐fixed Price Contract For The Following Clin
structure:
a. Clin 0001 - Traffic Control Plan Development / Management
clin 0002 - Off-base Traffic Control Implementation
clin 0003 - On-base Traffic Control Implementation
clin 0004 - Equipment Rental
clin 0005 - Other Direct Costs
clin 0006 - Traffic Plan Site Survey
clin 0007 - Delivery Of Equipment
clin 0008 - Training Of Augmentees
vii. The Government Will Place An Order With The Offerer Whose Quote Meets Lowest Price And Technical
acceptability. Technical Acceptability Is Defined And Referred To Within This Solicitaon Document As
the Offeror’s Capability Statement To Meet The Defined Pws Of The Product.
viii. Viii. Important Dates/times (all Times Are Pacific Daylight Time)
a. All Quesons Must Be Submied By Email No Later Than 2pm Februray 24, 2025.
b. All Quotes Must Be Submied By Email No Later Than 2pm Februray 28, 2025.
ix. It Is The Responsibility Of The Offerer To Review The Posng For Any Changes Or Amendments That May
occur Concerning This Rfq. It Is The Responsibility Of The Offerer To Ensure All Quotes And/or
quesons Are Submied In A mely Manner By Specified Due Date.
x. Point Of Contacts:
a. Primary: Jonathan Turk, Email: Jonathan.turk@us.af.mil, 520‐228‐5405
b. Alternate: Gavin Corcoran, Email: Gavin.corcoran.1@us.af.mil, 520‐228‐5484
xi. Aachments
a. Performance Work Statement
b. Provisions And Clauses
c. Wage Determinaons
d. Special Event Permit Application Checklist
e. Satellite Images Of Off Base Roads Requiring Traffic Control
f. On Base Parking Lot Maps
g. Questions And Answers
52.212-2 Evaluaon-commercial Products And Commercial Services (nov 2021)
the Government Will Award A Contract Resulng From This Solicitaon To The Responsible Offeror Whose Offer
conforming To The Solicitaon Will Be Most Advantageous To The Government, Price And Other Factors
considered. The Following Factors Shall Be Used To Evaluate Offers:
(i) Technical Capability Of The Service Offered To Meet The Government Requirement;
(ii) Price;
the Lowest Priced Offer Will Be Evaluated For Technical Acceptability And Best Value To The Government. If
found Technically Acceptable And Found To Be The Best Value Award Will Be Made Without Further
consideraon. If Found Technically Unacceptable The Government Will Evaluate The Next Lowest Offer For
technical Acceptability Unl Award Can Be Made To The Lowest Priced Technically Acceptable Offeror. Past
performance Will Not Be Evaluated. Therefore, The Offeror’s Inial Offer Should Contain The Offeror’s Best
terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct
discussions If Later Determined By The Contracng Officer To Be Necessary. Offers That Fail To Furnish Required
representaons Or Informaon, Or Reject The Terms And Condions Of The Solicitaon May Be Excluded From
consideraon.
opons. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Opons To
the Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If
the Opon Prices Are Significantly Unbalanced. Evaluaon Of Opons Shall Not Obligate The Government To
exercise The Opon(s).
a Wrien Noce Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror
within The me For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Acon
by Either Party. Before The Offer's Specified Expiraon me, The Government May Accept An Offer (or Part Of
an Offer), Whether Or Not There Are Negoaons Aer Its Receipt, Unless A Wrien Noce Of Withdrawal Is
received Before Award.
(end Of Provision)
52.232-18 Availability Of Funds. (apr 1984)
funds Are Not Presently Available For This Contract. The Government’s Obligaon Under This Contract Is
conngent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be
made. No Legal Liability On The Part Of The Government For Any Payment May Arise Unl Funds Are Made
available To The Contracng Officer For This Contract And Unl The Contractor Receives Noce Of Such
availability, To Be Confirmed In Wring By The Contracng Officer.
(end Of Clause)
(a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resoluon Of Concerns From Offerors,
potenal Offerors, And Others For This Acquision. When Requested, The Ombudsman Will Maintain Strict
confidenality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not Affect The
authority Of The Program Manager, Contracng Officer, Or Source Selecon Official. Further, The Ombudsman
does Not Parcipate In The Evaluaon Of Proposals, The Source Selecon Process, Or The Adjudicaon Of
protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested Party To Another Official Who
can Resolve The Concern.
(b) Before Consulng With An Ombudsman, Interested Pares Must First Address Their Concerns, Issues,
disagreements, And/or Recommendaons To The Contracng Officer For Resoluon. Consulng An
ombudsman Does Not Alter Or Postpone The melines For Any Other Processes (e.g., Agency Level Bid
protests, Gao Bid Protests, Requests For Debriefings, Employee‐employer Acons, Contests Of Omb Circular
a‐76 Compeon Performance Decisions).
(c) If Resoluon Cannot Be Made By The Contracng Officer, The Interested Party May Contact The
ombudsman, [insert Names, Addresses, Telephone Numbers, Facsimile Numbers, And E‐mail Addresses Of
center/majcom/fldcom/dru/dafrco Ombudsman/ombudsmen]. Concerns, Issues, Disagreements, And
recommendaons That Cannot Be Resolved At The Center/majcom/fldcom/dru Ombudsman Level, May
be Brought By The Interested Party For Further Consideraon To The Department Of The Air Force
ombudsman, Associate Deputy Assistant Secretary (adas) (contracng), Saf/aqc, 1060 Air Force
pentagon, Washington Dc 20330‐1060, Phone Number (571) 256‐2395, Facsimile Number (571) 256‐2431.
(d) The Ombudsman Has No Authority To Render A Decision That Binds The Agency.
(e) Do Not Contact The Ombudsman To Request Copies Of The Solicitaon, Verify Offer Due Date, Or Clarify
technical Requirements. Such Inquiries Shall Be Directed To The Contracng Officer.
(end Of Clause)
5352.201-9101 Ombudsman (jul 2023)
5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ods) (jun 2024)
(a) Contractors Shall Not:
(1) Provide Any Service Or Product With Any Specification, Standard, Drawing, Or Other Document That
requires The Use Of A Class I Ods In The Test, Operation, Or Maintenance Of Any System, Subsystem, Item,
component, Or Process; Or
(2) Provide Any Specification, Standard, Drawing, Or Other Document That Establishes A Test, Operation, Or
maintenance Requirement That Can Only Be Met By Use Of A Class I Ods As Part Of This Contract/order.
(b) For The Purposes Of Departmet Of The Air Force Policy, The Following Products That Are Pure (i.e., They
meet The Relevant Product Specification Identified In Afi 32-7086) Are Class I Odss:
(1) Halons: 1011, 1202, 1211, 1301, And 2402;
(2) Chlorofluorocarbons (cfcs): Cfc-11, Cfc-12, Cfc-13, Cfc-111, Cfc-112, Cfc-113, Cfc-114, Cfc-115,
cfc-211, Cfc-212, Cfc-213, Cfc-214, Cfc-215, Cfc-216, And Cfc-217, And The Blends R-500, R-501, R-502,
and R-503; And
(3) Carbon Tetrachloride, Methyl Chloroform, And Methyl Bromide.
[note: Material That Uses One Or More Of These Class I Odss As Minor Constituents Do Not Meet The
department Of The Air Force Definition Of A Class I Ods.]
(end Of Clause)
Closing Date28 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice Only
No# 36c26125r00032
no Solicitation Is Currently Available.
project Title: Relocate And Renovate Urology, Va Mather
place Of Performance
va Northern California Health Care System, Sacramento Va Medical Center,
10535 Hospital Way, Mather Ca 95655
description: This Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Point Of Contact: Mr. Rosario Chaidez, Contract Specialist, E-mail: Rosario.chaidez1@va.gov
all Associated Project Documents Shall Be Incorporated Into The Proposal Request, Which Shall Be Posted Electronically Through Https://sam.gov At A Future Date.
inquiries Will Only Be Accepted In Writing Via E-mail To Rosario.chaidez1@va.gov On Or Before Wednesday, February 26, 2025, By 11:00 Am (pt)
subject: Sources Sought Notice, Relocate And Renovate Urology, Sacramento Va Medical Center, Project No. 612a4-22-004, Sacramento Va Medical Center, Mather, Ca
the Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Notice Or To Otherwise Pay For The Information Solicited. All Information Contained In This Sources Sought Announcement Is Preliminary, As Well As Subject To Modification.
although Proposal, Offeror, Contractor, And Offeror May Be Used In This Sources Sought Notice, Any Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal.
the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Project Identified Above. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 236220 Commercial And Institutional Building Construction.
this Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, Or Large Business) Relative To Naics 236220. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. Based Upon Information Received In Response To This Sources Sought Notice, The Government Shall Make A Determination On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice.
issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exist At This Time; However, In The Event The Acquisition Strategy Demonstrates That An Internal Contracting Vehicle Is A Viable Option For Procuring A Solution, The Request For Proposal (rfp) Shall Be Posted Internally. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information Received From A Contractor In Response To This Sources Sought Notice May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought.
background: The Department Of Veterans Affairs (va) Is Seeking Vendors Who Can Provide All Labor, Materials, Equipment, Supervision, Administrative Support, And Any Necessary Professional Engineering Services Required To Completely Prepare A Site For Building Operations, Including Demolition And Removal Of Existing Structures, As Outlined In The Draft Statement Of Work (sow) And Draft Drawings, The Full Specifications Which Will Be Provided When The Solicitation Is Posted At A Later Date. The Project Renovates Approximately 5800 Square Feet (sf) Of The East Portion Of Level 01 Of Building 650 For The Va Northern California Healthcare System (vanchcs), Sacramento Va Medical Center (svamc) At Mather, Ca. This Work Includes A Complete Gut And Remodel Of An Existing Area To Prepare For The New Urology Clinic. The Walls, Ceilings, Interior Finishes, Electrical, Hvac, Plumbing, And Equipment Will Be Upgraded To Meet The Requirements Of The Renovation Work. The New Design Will Include Procedure Rooms, Exam Rooms, And Offices.
the Scope Also Includes Finish Updates In The Existing Public Ganged Toilets And Ceiling Updates To The Adjacent Offices. This Work Shall Include But Not Be Limited To Architectural, Structural, Mechanical, Plumbing, And Electrical. The Project Is Primarily An Architectural, Mechanical, Plumbing, And Electrical Project With A Minor Structural Scope, If Deemed Necessary, For Ceiling-mounted Equipment At The Sacramento Va Medical Center In Mather, California. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. See A Draft Of The Statement Of Work (sow) For All Details. The Period Of Performance (pop) For This Work Is 550 Calendar Days.
the Applicable North American Industry Classification System (naics) Code Is 236220 Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45.0 Million. Psc Code Is Z1db Maintenance Of Laboratories And Clinics. In Accordance With Far 36.204 Disclosure Of The Magnitude Of This Construction Project Is Anticipated Between $1,000,000 And $5,000,000.
potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam.
service-disabled Veteran-owned Small Businesses (sdvosb) And Veteran-owned Small Businesses (vosb) Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/#home.
instructions:
because The Solicitation Strategy Is Dependent Upon Responses To This Sources Sought Notice, Interested Parties Are Encouraged To Provide Complete And Accurate Responses To All Items Below, And Should Be Limited To A Brief Description Of One (1) Page (not Including Cover Letter). If Any Portions Seem Unclear Or Prohibited, And/or You Are Unsure About The Descriptions Of The Requirement, Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed.
a) Statement Of Capability - Demonstrate How Your Company Can Provide The Requested
services That Are Required In The Attached Statement Of Work (sow) Both In Magnitude And Scope. Include Past Experience (within The Past Five Years) In Similar In Both In Magnitude And Scope Services To The Va, Other Government (federal Or State) Agencies, Or A Private Facility. Include General Information, A Brief Description Of The Work, And The Total Magnitude Of Each Project.
b) Socio-economic Status - Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. Indicate If Your Firm Is A Certified Service- Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb).
c) Include Cage Or Sam Unique Entity Identifier (uei) Number Of Your Firm On Your Response.
d) Bonding Capability: Per Contract And Aggregate. Provide The Amount Of Aggregate Bonding Currently Available (i.e., The Amount Not Committed).
e) Questions Please Provide Answers To The Following Questions:
1. Does The Magnitude Of Construction Seem Feasible?
2. Is The Period Of Performance Listed In The Statement Of Work Reasonable?
3. Has Your Firm Performed A Similar Project On A Scale To Relocating And Renovating A Clinic Similar To The Statement Of Work? If So, How Recent?
4. Has Your Firm Completed Any Renovation Projects In A Hospital Building Before Or In An Active Healthcare Environment? What Would Be Your Proposed General Method?
5. Has Your Firm Had Previous Experience With Working With The Government Or The Va Specifically?
6. This Work Will Require Experienced Journeymen Technicians. Are Such Employees On Staff, Or Will The Service Need To Be Subcontracted? If A Subcontractor Is Needed, How Long Or How Many Previous Jobs Of Similar Scale And Scope Have Your Firms Worked Together?
7. If Known, What Are Any Estimated Lead Times For This Project Materials And Any Potential Supply Chain Disruptions Or Other Issues You Foresee?
if Interested, Responses Are Due In Writing Only By 11:00 Am (pt), Wednesday, February 26, 2025. Please Submit E-mail Responses To Mr. Rosario Chaidez, Contract Specialist, At E-mail: Rosario.chaidez1@va.gov. Please Place Response To Sources Sought Notice For Relocate And Renovate Urology, Va Mather In The Subject Line Of Your E-mail. This Notice Is To Assist The Va In Determining Sources Only.
disclaimer
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
----- End Of Sources Sought Notice-----
Closing Date26 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00075 : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0304+245 - K0304+673 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱14,475,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00075: Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0304+245 - K0304+673. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0304+245 - K0304+673 Contract Id No. : 25b00075 Location : Diadi, Nueva Vizcaya Brief Project Description : Asphalt Overlay, Length = 0.428 Km, 0.856 Lane-km (as Per Survey) With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction, 0.05 M Thick – Acp • Excavation (surplus Common) Subbase And Base Preparation • Aggregate Base Course Surface Courses • Asphalt Overlay Road/bridge Construction • Metal Railing Grade 36 Steel) Miscellaneous Structures • Road Signs (warning, Regulatory) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Structural Concrete Injection And Crack Repair Approved Budget For The Contract (abc) : ₱14,475,000.00 Contract Duration : 65 Calendar Days Inclusive Of 4 Unworkable/rainy Days, 16 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15 - March 10, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On March 10, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 15 - 21, 2025 Conspicuous Place (procurement Bulletin Board): February 15 - 21, 2025
Closing Date10 Mar 2025
Tender AmountPHP 14.4 Million (USD 252.4 K)
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: Amendment 01
amendment 01 Is Issued To Provide Answers To Solicitation Questions Received. Please Refer To Attachment 7 Questions And Answers.
============================================================================
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulations (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. The Solicitation Number Is Sp4510-25-q-1010 And Is Issued As A Request For Quotation (rfq).
this Solicitation And Incorporated Provisions And Clauses Are In Effort Through Federal Acquisition Circular 2025-03. See Attachment 4 - Performance Work Statement And Applicable Provisions And Clauses.
the Naics Code Is 811310 With A Size Standard Of $12,500,000 Set Aside 100% For Small Business And The Requirement Will Result In One (1) 12-month Base Period Of Performance Plus Two (2) 12-month Option Periods Of Performance As A Firm Fixed Priced, Time And Material Indefinite Delivery Indefinite Quantity (idiq) Contract. The Total Contract Length Shall Not Exceed Three (3) Years.
background: The Primary Mission Of The Defense Logistics Agency (dla) Disposition Services Is To Dispose Of Department Of Defense (dod) Excess And Surplus Property Generated By The Military Services. This Is Accomplished Through Reutilization To Other Dod Activities, Transfer To Other Federal Agencies, Donation To Authorized State And Local Organizations, Sale To The Public, Or Ultimate Disposal Through Abandonment Or Destruction.
in Order To Accomplish This Mission, Dla Disposition Services Is Seeking To Have Preventative And Corrective Maintenance Repair Services On Material Handling Equipment (mhe) In Accordance With The Attached Performance Work Statement For Dla Disposition Services North Carolina Ft. Liberty And Lejeune Locations.
this Requirement Is A Firm Fixed Priced Time And Material Contract. Pricing Must Be Fixed Price For The Entirety Of Services Quoted For Scheduled Preventive Maintenance Services. Time And Materials Will Only Be Used For Unscheduled Corrective Maintenance Services To Include Part And Labor Hours. The Site Location Is Listed In Attachment 2 – Nc Mhe Maintenance Locations.
offers Are Due At 3:00 Pm Eastern Standard Time (est), On Tuesday, March 4, 2025. Email Quotes To Brandon.awkerman@dla.mil. Questions Are Due Monday, February 17, 2025 At 3:00 Pm Est And Must Be Submitted In Writing Via Email To Brandon.awkerman@dla.mil. Questions Will Not Be Answered Via Telephone. Questions That Occur After The Cut Off, But Are Considered To Be Significant To The Requirement, May Be Accepted And Discussed Only With Those Vendors That Have Submitted A Quote.
instructions To Offerors:
submit Quotes By Email To Brandon.awkerman@dla.mil No Later Than The Specified Date And Time.attention Should Be Noted To Far 52.212-1(f), Concerning Late Submissions. The Offeror Bears The Risk Of Non- Receipt Of Any Email Transmissions And Should Ensure That All Pages Of The Quote Have Been Received By The Designated Office Before The Deadline Indicated.email Submissions By 5:00 Pm Est. One Business Day Prior To The Due Date And Time Are Encouraged To Reduce The Possibility Of Server Or Other Cyber-related Delays That May Render Your Response As Ineligible For Consideration.
offerors Shall Provide The Applicable Cage Code And Uei Number With Their Price Submission. The Information Located In Far 52.212-3 Alt 1 (offerors Representations And Certifications) Must Be Current On Sam.gov At The Time Of Quote Submission.
offerors Shall Also Submit Documentation Clearly Stating The Technical Specifications Of The Quoted Item.
site Visits Are Not Being Supported For This Action In Advance Of The Response Deadline.
evaluation:
far 52.212-01:
quote Submission (format And Content): The Following Describes The Information That Must Be Furnished As Part Of The Quote And The Format Which Must Be Presented. Quotes Which Do Not Provide The Required Information In The Prescribed Format At The Time Of Initial Submittal May Be Excluded From Further Consideration. Offerors Shall Return A Completed And Filled-out Price Schedule, Attachment 3 - Price Schedule Nc Mhe Maintenance. A Quote Received Without Filling In All Parts Of The Attachment Will Not Be Considered For An Award. All Quotes Shall Be Valid For 90 Calendar Days. Offerors Are Strongly Encouraged To Read Provision Far 52.212-1, “instructions To Offerors – Commercial Items”.
format: The Offeror Shall Submit Documentation (one Original Electronic Form, Standard Microsoft Word And / Or Excel, And / Or Pdf Files) In Response To This Solicitation Subject To The Requirements In This Provision.
content: Quotes Shall Be Submitted In Distinctly Severable Parts Consisting Of The Following Volumes: Volume 1 And Volume 2. Quote Submissions Will Consist Of One Original If Submitted By Facsimile Or Electronically: An Original And Two Copies If Submitted By Mail. If Multiple Electronic Files Are Submitted, Each Electronic File Shall Identify It As Part Of Volume 1 Or 2. Any Information Submitted In An Electronic File That Does Not Include Volume Identification In Its Name Or Upon Opening, Shall Not Be Considered In Any Evaluation Being Performed Under Far 52.212-2.
volume 1:
for Volume 1, Section 1 In Accordance With Far 52.212-1(b) Submission Of Offers, Each Company Providing A Quote Will Submit A Signed And Dated Offer Clearly Stating The Technical Specifications Of The Quoted Item That Will Consist Of Far 52.212-1(b)(1) Thru 52.212-1(b)(11) Except Far 52.212-1(b)(10) Past Performance Information. Far 52.212-1(b)(10) Information Shall Be In Volume 2.
volume 1, Section Ii Requires Each Offeror To Submit A Fully Completed Price Schedule (attachment 3 – Price Schedule Nc Mhe Maintenance).
volume 2:
past Performance Questionnaire
the Offeror Is Required To Provide Any Current Relevant Information Regarding The Level Of Performance, In Terms Of Delivery And Quality Achieved Under Either Us Government Or Commercial Contracts For The Same Or Similar Services Within The Last Five (5) Years. The Information Provided Should Support A Qualitative Review Of The Offeror; And/or; Record Of Performance In The Areas Of Conforming To Specifications, Adherence To Contract Schedules, History Of Reasonable And Cooperative Behavior, Commitment To Customer Satisfaction, And Business-like Concern For The Interest Of Your Customer. Additionally, If Performance Deficiencies Were Identified, What They Were And What Corrective Action Was Taken.
offerors Shall Submit Past Performance Data For Either The Firm; And/or Principal Subcontractor(s); And/or Key Employees Of The Firm. For Each Reference Provided, A Valid Name And Telephone Number, Contract Number, Contract Type, Dollar Value, Contract Award And Completion Dates, Point Of Contact, Description Of Worked Performed, And E-mail Address Of Point Of Contact Is Required. The Description Of Work Performed Shall Be Described In Sufficient Detail To Explain How Each Reference Relates To Same Or Similar Requirements Of This Solicitation In Areas Such As Type Of Equipment Maintained, Performance Timeframes, Performance Locations, Management Of A Similar Size Equipment Fleet, And Complexities Of Services (to Determine The Relevancy Of The Work).
if The Offeror Elects To Provide Principal Subcontractor Past Performance, The Offeror Shall Provide The Principal Subcontractors’ Consent Allowing The Us Government To Disclose Negative Past Performance Information To The Offeror.
reference Projects And Corresponding Reference Questionnaires Are Limited To Three (3) Projects Considered By The Offeror To Be The Most Relevant To The Requirements Of This Solicitation. If More Than Three Projects With Reference Questionnaires Are Received, The Us Government Will Consider The First Three Projects Received Based Upon The Date And Time The Reference Questionnaire Are Received.
attachment 6 – Past Performance Questionnaire Shall Be Used To Evaluate An Offeror’s Past Performance. The Offeror Shall Provide The Past Performance Questionnaire In Attachment 6 To The Past Performance Reference They Identify In This Part Of The Quotes For The Offeror, Principal Subcontractors And Key Personnel. The Past Performance Reference Shall Independently Submit The Survey To The Contracting Officer Prior To The Closing Date Of The Solicitation. Any Completed Past Performance Questionnaire Received After Closing Date And Time Of This Combined Synopsis/solicitation Or Directly From The Offeror Will Not Be Considered In The Past Performance Evaluation.
the Us Government Will Not Evaluate A Reference Listed In The Past Performance Volume 2 If No Corresponding Past Performance Questionnaire Is Received From A Reference For That Contract. This Will Have The Effect Of The Offeror Being Given A Neutral Rating For That Portion Of Their Overall Evaluation, Regardless Of The Type Of Experience Or Its Similarity To This Requirement. Past Performance Questionnaires Must Be Received By The Due Date For Receipt Of Quotes In Order For The Information To Be Considered. Offerors Are Cautioned That Due To Mail Delivery Times To The U.s., It Is Highly Recommended That All Contract References Requested To Provide Surveys Scan The Documents Into Adobe.pdf Format And Emailed To Brandon.awkerman@dla.mil With A Reference To The Solicitation, Sp4510-25-q-1010 North Carolina Mhe In The Subject Heading.
the Submission Of Volume 2 Past Performance Is Required. If An Offeror Does Not Have Any Past Performance References, Offerors Must At Least Identify A Volume 2 In Their Quote And State They Do Not Have Any Past Performance To Provide. If The Us Government Only Receives A Past Performance Questionnaire From A Past Performance Reference And There Is No Information In An Offeror’s Quotes Regarding That Reference (see Paragraph Above), The Reference Will Not Be Considered. The Offeror Is Responsible For Ensuring References Submit Past Performance Questionnaires Prior To Solicitation Closure; The Us Government Will Not Be Contacting References For Purposes Of Obtaining The Questionnaire.
addendum To 52.212-2 Evaluation – Commercial Items
evaluation Factors For Award: Trade-off Process. Award Shall Be Made To The Responsible Offeror Whose Quote Conforms To The Solicitation And Is Determined To Be The Most Advantageous To The Government, Past Performance And Price Considered. The Offer Selected As Best Value Will Represent The Best Trade-off To The Government Among Past Performance And Price. Past Performance Will Be Significantly More Important Than Price. The Government Will Determine Best Value On The Basis Of An Assessment Of The Following Factors:
1. Past Performance Factor: The Government Will Evaluate Past Performance In Accordance With The Past Performance Questionnaire And Evaluation Clause In This Combined Synopsis/solicitation.
2. Price Factor: The Government Will Evaluate The Offered Prices Received In The Completed And Submitted Price Schedule For Price Reasonableness In Accordance With The Requirements Of Far 15.404-1.
evaluation Of Past Performance:
except Under The Circumstances Noted In This Combined Synopsis/solicitation Paragraph Titled Efficiency In Competition, The Us Government Will Evaluate The Quality Of The Offeror’s Past Performance. The Assessment Of The Offeror’s Past Performance Will Be Used As A Means Of Evaluating The Probability Of Success Of The Offeror. Thus, An Offeror With A Higher Confidence Assessment Rating For Past Performance Will Have A Higher Probability Of Meeting The Solicitation Requirements Than A Firm With A Lower Confidence Assessment Rating.
in Investigating An Offeror’s Past Performance, The Us Government May Consider Information In The Offeror’s Quotes And Information Obtained From Other Sources, Including Past And Present Customers And Their Employees, Other Us Government Agencies, Including State And Local Agencies, Consumer Protection Organizations And Better Business Bureaus; Former Subcontractors; And Others Who May Have Useful Information. Failure By The Offeror To Provide Evidence Of Relevant Performance On Contracts Of A Similar Nature In Terms Of Performance Timeframes And Complexities Of Services Provided Will Be Considered By The Us Government To Have No Relevant Past Performance. The Offeror Is Responsible For Ensuring References Submit Past Performance Surveys; The Offeror’s Reference Must Submit The Past Performance Survey. The Us Government Will Not Accept Past Performance Surveys Submitted By The Offeror Or Contact Offeror References To Obtain A Completed Survey. The Us Government Will Evaluate Past Performance And Experience In Accordance With Submission Requirements Of The Solicitation.
evaluation Of Past Performance Will Be A Subjective Assessment Based On A Consideration Of All Relevant Facts And Circumstances. It Will Not Be Based On Absolute Standards Of Acceptable Performance. The Us Government Is Seeking To Determine Whether The Offeror Has Consistently Demonstrated A Commitment To Customer Satisfaction And Timely Delivery Of Services. This Is A Matter Of Judgment. Offerors Will Be Given An Opportunity To Address Especially Unfavorable Reports Of Past Performance, And The Offeror’s Response, Or Lack Thereof, Will Be Taken Into Consideration. Offerors Lacking Relevant Past Performance Will Not Receive Negative Or Positive Consideration In The Evaluation Of This Element As No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
past Performance Will Be Rated On An Adjectival Scale. The Us Government’s Conclusions About The Overall Quality Of The Offeror’s Past Performance And Experience Will Be A Factor In Determining The Relative Merits Of The Offeror’s Quotes And In Selecting The Offeror Whose Quote Is Considered The Most Advantageous To The Us Government.
by Past Performance, The Us Government Means How Well The Offeror Conformed To Specifications And To Standards Of Good Workmanship; The Offeror’s Adherence To Contract Schedules, Including The Administrative Aspects Of Performance; The Offeror’s History Of Reasonable And Cooperative Behavior And Commitment To Customer Satisfaction; And The Offeror’s Business-like Concern For The Interests Of The Customer. By Experience, The Us Government Means Whether A Contractor’s Firm, Principal Subcontractor, Or Key Personnel Has Performed Similar Work Before. Dla Disposition Services Will Also Consider The Offeror’s Past Performance And Experience On The Same Or Similar Contracts In Terms Of Complexities Of The Services Provided. Offerors With No Past Performance Will Be Issued A Neutral Rating For Past Performance.
evaluation Of Price: The Offered Price Will Be Used In Conjunction With The Other Factors To Determine The Quote, Which Represents The Best Value To The Us Government. Price Will Not Be Numerically Scored, But It Will Be Fully Evaluated Using Price Analysis Techniques.
efficiency Competition: Offerors Are Advised That The Us Government May Not Evaluate The Past Performance Quote Of All Offerors Under This Rfp. The Us Government Will Review The Total Evaluated Price Of All Quotes Received In Accordance With The Evaluation Factors For Award Provided. The Past Performance Quotes Of Those Offerors Whose Pricing Is Determined By The Contracting Officer To Be Most Competitive May Be Reviewed Prior To, Or Instead Of, Other Past Performance Quotes Received.
based On The Initial Review Of These Past Performance Quotes, The Us Government May Not Evaluate The Past Performance Quote Of Other Offerors, Whose Total Evaluated Pricing Was Higher Than That Of One Already Evaluated And Already Assigned The Highest Possible Past Performance Rating. This Would Occur When The Contracting Officer Determines That Any Possible Past Performance Superiority Of An Unevaluated (and Higher Priced) Past Performance Quote, Over (a Lower Priced) One That Was Already Evaluated And Assigned The Highest Possible Past Performance Rating, Would Not Warrant Any Additional Price Premium. Minimum/maximum For The Base Period Is $2,500.00 And A Maximum Value Of 150% Above The Total Estimated Value For The Period. No Minimum Is Guaranteed For The Option Periods.
the Following Provisions And Clauses Are Applicable To This Solicitation:
the Provisions At 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition. See Attached Applicable Clauses For Quote Instructions.
offers Should Include A Complete Copy Of The Provision At 52.212-3 Alt 1, Offeror Representations And Certifications --
commercial Items, With Its Offer. See Applicable Clauses.
the Clause 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services.
the Clause 52.212-4 Alt 1, Contract Terms And Conditions - Commercial Items, Applies To This Acquisition.
alternatei(nov 2021). When A Time-and-materials Or Labor-hour Contract Is Contemplated, Substitute The Following Paragraphs (a), (e), (i), (l), And (m) For Those In The Basic Clause.
(a)inspection/acceptance.(1) The Government Has The Right To Inspect And Test All Materials Furnished And Services Performed Under This Contract, To The Extent Practicable At All Places And Times, Including The Period Of Performance, And In Any Event Before Acceptance. The Governmentmayalso Inspect The Plant Or Plants Of The Contractor Or Any Subcontractor Engaged In Contract Performance. The Government Will Performinspectionsand Tests In A Manner That Will Not Unduly Delay The Work.
(2) If The Government Performsinspectionor Tests On The Premises Of The Contractor Or A Subcontractor, The Contractorshallfurnish Andshallrequire Subcontractors To Furnish All Reasonable Facilities And Assistance For The Safe And Convenient Performance Of These Duties.
(3) Unless Otherwise Specified In The Contract, The Government Will Accept Or Reject Services And Materials At The Place Of Delivery As Promptly As Practicable After Delivery, And They Will Be Presumed Accepted 60 Days After The Date Of Delivery, Unless Accepted Earlier.
(4) At Any Time During Contract Performance, But Not Later Than 6 Months (or Such Other Time Asmaybe Specified In The Contract) After Acceptance Of The Services Or Materials Last Delivered Under This Contract, The Governmentmayrequire The Contractor To Replace Or Correct Services Or Materials That At Time Of Delivery Failed To Meet Contract Requirements. Except As Otherwise Specified In Paragraph (a)(6) Of This Clause, The Cost Of Replacement Or Correctionshallbe Determined Under Paragraph (i) Of This Clause, But The "hourly Rate" For Labor Hours Incurred In The Replacement Or Correctionshallbe Reduced To Exclude That Portion Of The Rate Attributable To Profit. Unless Otherwise Specified Below, The Portion Of The "hourly Rate" Attributable To Profitshallbe 10 Percent. The Contractorshallnot Tender For Acceptance Materials And Services Required To Be Replaced Or Corrected Without Disclosing The Former Requirement For Replacement Or Correction, And, When Required,shalldisclose The Corrective Action Taken. [insert Portion Of Labor Rate Attributable To Profit.]
(5)(i) If The Contractor Fails To Proceed With Reasonable Promptness To Perform Required Replacement Or Correction, And If The Replacement Or Correction Can Be Performed Within The Ceiling Price (or The Ceiling Price As Increased By The Government), The Governmentmay-
(a) By Contract Or Otherwise, Perform The Replacement Or Correction, Charge To The Contractor Any Increased Cost, Or Deduct Such Increased Cost From Any Amounts Paid Or Due Under This Contract; Or
(b) Terminate This Contract For Cause.
(ii) Failure To Agree To The Amount Of Increased Cost To Be Charged To The Contractorshallbe A Dispute Under The Disputes Clause Of The Contract.
(6) Notwithstanding Paragraphs (a)(4) And (5) Above, The Governmentmayat Any Time Require The Contractor To Remedy By Correction Or Replacement, Without Cost To The Government, Any Failure By The Contractor To Comply With The Requirements Of This Contract, If The Failure Is Due To-
(i) Fraud, Lack Of Good Faith, Or Willful Misconduct On The Part Of The Contractor's Managerial Personnel; Or
(ii) The Conduct Of One Or More Of The Contractor’s Employees Selected Or Retained By The Contractor After Any Of The Contractor’s Managerial Personnel Has Reasonable Grounds To Believe That The Employee Is Habitually Careless Or Unqualified.
(7) This Clause Applies In The Same Manner And To The Same Extent To Corrected Or Replacement Materials Or Services As To Materials And Services Originally Delivered Under This Contract.
(8) The Contractor Has No Obligation Or Liability Under This Contract To Correct Or Replace Materials And Services That At Time Of Delivery Do Not Meet Contract Requirements, Except As Provided In This Clause Or Asmaybe Otherwise Specified In The Contract.
(9) Unless Otherwise Specified In The Contract, The Contractor's Obligation To Correct Or Replace Government-furnished Propertyshallbe Governed By The Clause Pertaining To Government Property.
(e)definitions.(1) The Clause At Far52.202-1, Definitions, Is Incorporated Herein By Reference. As Used In This Clause-
(i) "direct Materials" Means Those Materials That Enter Directly Into Theend Product, Or That Are Used Or Consumed Directly In Connection With The Furnishing Of Theend Productor Service.
(ii) "hourly Rate" Means The Rate(s) Prescribed In The Contract For Payment For Labor That Meets The Labor Category Qualifications Of A Labor Category Specified In The Contract That Are-
(a) Performed By The Contractor;
(b) Performed By The Subcontractors; Or
(c) Transferred Between Divisions, Subsidiaries, Oraffiliatesof The Contractor Under A Common Control.
(iii) "materials" Means-
(a) Direct Materials, Includingsuppliestransferred Between Divisions, Subsidiaries, Oraffiliatesof The Contractor Under A Common Control;
(b) Subcontracts Forsuppliesand Incidental Services For Which There Is Not A Labor Category Specified In The Contract;
(c) Otherdirect Costs(e.g., Incidental Services For Which There Is Not A Labor Category Specified In The Contract, Travel, Computer Usage Charges, Etc.);
(d) The Following Subcontracts For Services Which Are Specifically Excluded From The Hourly Rate: [insert Any Subcontracts For Services To Be Excluded From The Hourly Rates Prescribed In The Schedule.]; And
(e)indirect Costsspecifically Provided For In This Clause.
(iv) "subcontract" Means Any Contract, As Defined In Farsubpart 2.1, Entered Into With A Subcontractor To Furnishsuppliesor Services For Performance Of The Prime Contract Or A Subcontract Including Transfers Between Divisions, Subsidiaries, Oraffiliatesof A Contractor Or Subcontractor. It Includes, But Is Not Limited To,purchase Orders, And Changes And Modifications Topurchase Orders.
(i)payments.(1)work Performed.the Government Will Pay The Contractor As Follows Upon The Submission Of Commercialinvoicesapproved By Thecontracting Officer:
(i)hourly Rate.
(a) The Amountsshallbe Computed By Multiplying The Appropriate Hourly Rates Prescribed In The Contract By The Number Of Direct Labor Hours Performed. Fractional Parts Of An Hourshallbe Payable On A Prorated Basis.
(b) The Ratesshallbe Paid For All Labor Performed On The Contract That Meets The Labor Qualifications Specified In The Contract. Labor Hours Incurred To Perform Tasks For Which Labor Qualifications Were Specified In The Contract Will Not Be Paid To The Extent The Work Is Performed By Individuals That Do Not Meet The Qualifications Specified In The Contract, Unless Specifically Authorized By Thecontracting Officer.
(c)invoicesmaybe Submitted Once Each Month (or At More Frequent Intervals, If Approved By Thecontracting Officer) To Thecontracting Officeror The Authorized Representative.
(d) When Requested By Thecontracting Officeror The Authorized Representative, The Contractorshallsubstantiateinvoices(including Any Subcontractor Hours Reimbursed At The Hourly Rate In The Schedule) By Evidence Of Actual Payment, Individual Daily Job Timecards, Records That Verify The Employees Meet The Qualifications For The Labor Categories Specified In The Contract, Or Other Substantiation Specified In The Contract.
(e) Unless The Schedule Prescribes Otherwise, The Hourly Rates In The Scheduleshallnot Be Varied By Virtue Of The Contractor Having Performed Work On Anovertimebasis.
(1)if Noovertimerates Are Provided In The Schedule And Thecontracting Officerapprovesovertimework In Advance,overtimeratesshallbe Negotiated.
(2) Failure To Agree Upon Theseovertimeratesshallbe Treated As A Dispute Under The Disputes Clause Of This Contract.
(3) If The Schedule Provides Rates Forovertime, The Premium Portion Of Those Rates Will Be Reimbursable Only To The Extent Theovertimeis Approved By Thecontracting Officer.
(ii)materials.
(a) If The Contractor Furnishes Materials That Meet The Definition Of Acommercial Productat Far2.101, The Price To Be Paid For Such Materialsshallnot Exceed The Contractor’s Established Catalog Or Market Price, Adjusted To Reflect The-
(1) Quantities Being Acquired; And
(2) Any Modifications Necessary Because Of Contract Requirements.
(b) Except As Provided For In Paragraph (i)(1)(ii)(a) And (d)(2) Of This Clause, The Government Will Reimburse The Contractor The Actual Cost Of Materials (less Any Rebates, Refunds, Or Discounts Received By The Contractor That Are Identifiable To The Contract) Provided The Contractor-
(1) Has Made Payments For Materials In Accordance With The Terms And Conditions Of The Agreement Orinvoice; Or
(2) Makes These Payments Within 30 Days Of The Submission Of The Contractor’s Payment Request To The Government And Such Payment Is In Accordance With The Terms And Conditions Of The Agreement Orinvoice.
(c) To The Extent Able, The Contractorshall-
(1) Obtain Materials At The Most Advantageous Prices Available With Due Regard To Securing Prompt Delivery Of Satisfactory Materials; And
(2) Give Credit To The Government For Cash And Trade Discounts, Rebates,scrap, Commissions, And Other Amounts That Are Identifiable To The Contract.
(d)other Costs. Unless Listed Below, Other Direct Andindirect Costswill Not Be Reimbursed.
(1)otherdirect Costs. The Government Will Reimburse The Contractor On The Basis Of Actual Cost For The Following, Provided Such Costs Comply With The Requirements In Paragraph (i)(1)(ii)(b) Of This Clause: [none]
(2)indirect Costs(material Handling, Subcontract Administration, Etc.). The Government Will Reimburse The Contractor Forindirect Costson A Pro-rata Basis Over The Period Of Contract Performance At The Following Fixed Price: [ None]
(2)total Cost. It Is Estimated That The Total Cost To The Government For The Performance Of This Contractshallnot Exceed The Ceiling Price Set Forth In The Schedule And The Contractor Agrees To Use Its Best Efforts To Perform The Work Specified In The Schedule And All Obligations Under This Contract Within Such Ceiling Price. If At Any Time The Contractor Has Reason To Believe That The Hourly Rate Payments And Material Costs That Will Accrue In Performing This Contract In The Next Succeeding 30 Days, If Added To All Other Payments And Costs Previously Accrued, Will Exceed 85 Percent Of The Ceiling Price In The Schedule, The Contractorshallnotify Thecontracting Officergiving A Revised Estimate Of The Total Price To The Government For Performing This Contract With Supporting Reasons And Documentation. If At Any Time During The Performance Of This Contract, The Contractor Has Reason To Believe That The Total Price To The Government For Performing This Contract Will Be Substantially Greater Or Less Than The Then Stated Ceiling Price, The Contractorshallso Notify Thecontracting Officer, Giving A Revised Estimate Of The Total Price For Performing This Contract, With Supporting Reasons And Documentation. If At Any Time During Performance Of This Contract, The Government Has Reason To Believe That The Work To Be Required In Performing This Contract Will Be Substantially Greater Or Less Than The Stated Ceiling Price, Thecontracting Officerwill So Advise The Contractor, Giving The Then Revised Estimate Of The Total Amount Of Effort To Be Required Under The Contract.
(3)ceiling Price. The Government Will Not Be Obligated To Pay The Contractor Any Amount In Excess Of The Ceiling Price In The Schedule, And The Contractorshallnot Be Obligated To Continue Performance If To Do So Would Exceed The Ceiling Price Set Forth In The Schedule, Unless And Until Thecontracting Officernotifies The Contractorin Writingthat The Ceiling Price Has Been Increased And Specifies In The Notice A Revised Ceiling Thatshallconstitute The Ceiling Price For Performance Under This Contract. When And To The Extent That The Ceiling Price Set Forth In The Schedule Has Been Increased, Any Hours Expended And Material Costs Incurred By The Contractor In Excess Of The Ceiling Price Before The Increaseshallbe Allowable To The Same Extent As If The Hours Expended And Material Costs Had Been Incurred After The Increase In The Ceiling Price.
(4)access To Records. At Any Time Before Final Payment Under This Contract, Thecontracting Officer(or Authorized Representative) Will Have Access To The Following (accessshallbe Limited To The Listing Below Unless Otherwise Agreed To By The Contractor And Thecontracting Officer):
(i) Records That Verify That The Employees Whose Time Has Been Included In Anyinvoicemeet The Qualifications For The Labor Categories Specified In The Contract;
(ii) For Labor Hours (including Any Subcontractor Hours Reimbursed At The Hourly Rate In The Schedule), When Timecards Are Required As Substantiation For Payment-
(a) The Original Timecards (paper-based Or Electronic);
(b) The Contractor’s Timekeeping Procedures;
(c) Contractor Records That Show The Distribution Of Labor Between Jobs Or Contracts; And
(d) Employees Whose Time Has Been Included In Anyinvoicefor The Purpose Of Verifying That These Employees Have Worked The Hours Shown On Theinvoices.
(iii) For Material And Subcontract Costs That Are Reimbursed On The Basis Of Actual Cost-
(a) Anyinvoicesor Subcontract Agreements Substantiating Material Costs; And
(b) Any Documents Supporting Payment Of Thoseinvoices.
(5)overpayments/underpayments.each Payment Previously Madeshallbe Subject To Reduction To The Extent Of Amounts, On Precedinginvoices, That Are Found By Thecontracting Officernot To Have Been Properly Payable Andshallalso Be Subject To Reduction For Overpayments Or To Increase For Underpayments. The Contractorshallpromptly Pay Any Such Reduction Within 30 Days Unless The Parties Agree Otherwise. The Government Within 30 Days Will Pay Any Such Increases, Unless The Parties Agree Otherwise. The Contractor’s Payment Will Be Made By Check. If The Contractor Becomes Aware Of A Duplicateinvoicepayment Or That The Government Has Otherwise Overpaid On Aninvoicepayment, The Contractorshall-
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The-
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number Anddelivery Ordernumber, If Applicable;
(c) Affectedline Itemorsubline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To Thecontracting Officer.
(6)(i) All Amounts That Become Payable By The Contractor To The Government Under This Contractshallbear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rateshallbe The Interest Rate Established By The Secretary Of The Treasury, As Provided In41u.s.c.7109, Which Is Applicable To The Period In Which The Amount Becomes Due, And Then At The Rate Applicable For Each Six Month Period As Established By The Secretary Until The Amount Is Paid.
(ii) The Governmentmayissue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii)final Decisions. Thecontracting Officerwill Issue A Final Decision As Required By33.211if-
(a) Thecontracting Officerand The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt In A Timely Manner;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By Thecontracting Officerwithin The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By Thecontracting Officer(see Far32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decisionshallidentify The Same Due Date As The Original Demand For Payment.
(v) Amountsshallbe Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Chargeshallbe Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On-
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clausemaybe Reduced Under The Procedures Prescribed In Far32.608-2in Effect On The Date Of This Contract.
(viii) Upon Receipt And Approval Of Theinvoicedesignated By The Contractor As The "completioninvoice" And Supporting Documentation, And Upon Compliance By The Contractor With All Terms Of This Contract, Any Outstanding Balances Will Be Paid Within 30 Days Unless The Parties Agree Otherwise. The Completioninvoice, And Supporting Documentation,shallbe Submitted By The Contractor As Promptly As Practicable Following Completion Of The Work Under This Contract, But In No Event Later Than 1 Year (or Such Longer Period As Thecontracting Officermayapprovein Writing) From The Date Of Completion.
(7)release Ofclaims. The Contractor, And Each Assignee Under An Assignment Entered Into Under This Contract And In Effect At The Time Of Final Payment Under This Contract,shallexecute And Deliver, At The Time Of And As A Condition Precedent To Final Payment Under This Contract, A Release Discharging The Government, Its Officers, Agents, And Employees Of And From All Liabilities, Obligations, Andclaimsarising Out Of Or Under This Contract, Subject Only To The Following Exceptions.
(i) Specifiedclaimsin Stated Amounts, Or In Estimated Amounts If The Amounts Are Not Susceptible To Exact Statement By The Contractor.
(ii)claims, Together With Reasonable Incidental Expenses, Based Upon The Liabilities Of The Contractor To Third Parties Arising Out Of Performing This Contract, That Are Not Known To The Contractor On The Date Of The Execution Of The Release, And Of Which The Contractor Gives Noticein Writingto Thecontracting Officernot More Than 6 Years After The Date Of The Release Or The Date Of Any Notice To The Contractor That The Government Is Prepared To Make Final Payment, Whichever Is Earlier.
(iii)claimsfor Reimbursement Of Costs (other Than Expenses Of The Contractor By Reason Of Its Indemnification Of The Government Against Patent Liability), Including Reasonable Incidental Expenses, Incurred By The Contractor Under The Terms Of This Contract Relating To Patents.
(8)prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31u.s.c.3903) And Prompt Payment Regulations At5 Cfr Part 1315.
(9)electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See52.212-5(b) For The Appropriate Eft Clause.
(10)discount. In Connection With Any Discount Offered For Early Payment, Timeshallbe Computed From The Date Of Theinvoice. For The Purpose Of Computing The Discount Earned, Paymentshallbe Considered To Have Been Made On The Date That Appears On The Payment Check Or The Specified Payment Date If Anelectronic Funds Transferpayment Is Made.
(l) Termination For The Government’s Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractorshallimmediately Stop All Work Hereunder Andshallimmediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractorshallbe Paid An Amount For Direct Labor Hours (as Defined In The Schedule Of The Contract) Determined By Multiplying The Number Of Direct Labor Hours Expended Before Theeffective Date Of Terminationby The Hourly Rate(s) In The Contract, Less Any Hourly Rate Payments Already Made To The Contractor Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System That Have Resulted From The Termination. The Contractorshallnot Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor’s Records. The Contractorshallnot Be Paid For Any Work Performed Or Costs Incurred That Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Governmentmayterminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Governmentshallnot Be Liable To The Contractor For Any Amount Forsuppliesor Services Not Accepted, And The Contractorshallbe Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Terminationshallbe Deemed Atermination For Convenience.
the Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. The Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition.
the Provision At Far 52.212-1 (instructions To Offerors -- Commercial) Applies To This Procurement.
52.216-18 Ordering Nov 2021
ordering (nov 2021)
any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued Within 12 Months After Award.
all Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control.
a Delivery Order Or Task Order Is Considered "issued" When—
if Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail;
if Sent By Fax, The Government Transmits The Order To The Contractor's Fax Number; Or
if Sent Electronically, The Government Either—
posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or
distributes The Delivery Order Or Task Order Via Email To The Contractor's Email Address.
orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract.
(end Of Clause)
52.216-19 Order Limitations Oct 1995
order Limitations (oct 1995)
minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of $2,500.00 The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract.
maximum Order. The Contractor Is Not Obligated To Honor-
any Order For A Single Item In Excess Of N/a;
any Order For A Combination Of Items In Excess Of 150%; Or
a Series Of Orders From The Same Ordering Office Within N/a Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section.
if This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section.
notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within __3_calendar__ Days After Issuance, With Written Notice Stating The Contractor’s Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source.
(end Of Clause)
52.216-22 Indefinite Quantity Oct 1995
indefinite Quantity (oct 1995)
this Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract.
delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum."
except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations.
any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor’s And Government’s Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract’s Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After _12 Months After Award.
(end Of Clause)
52.217-5 Evaluation Of Options.
evaluation Of Options (july 1990)
except When It Is Determined In Accordance With Far 17.206(b) Not To Be In The Government’s Best Interests, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Total Evaluated Price Will Be For The Base Period And Any Option Periods. Evaluation Of Options Will Not Obligate The Government To Exercise The Option(s). The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced.
(end Of Provision)
52.217-9 Option To Extend The Term Of The Contract.
option To Extend The Term Of The Contract (mar 2000)
the Government May Extend The Term Of This Contract By Written Notice To The Contractor Within [5 Calendar Days]; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 7 Calendar Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
the Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed __3 Years_________.
end Of Clause
52.232-19 Availability Of Funds For The Next Fiscal Year
availability Of Funds For The Next Fiscal Year (apr 1984)
funds Are Not Presently Available For Performance Under This Contract Beyond _30_september 2027_. The Government’s Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond __30_september 2027__, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmed In Writing By The Contracting Officer.
end Of Clause
52.203-6 Restrictions On Subcontractor Sales To The Government--alternate I Nov 2021
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017
52.204-7 System For Award Management Nov 2024
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards Jun 2020
52.204-13 System For Award Management Maintenance Oct 2018
52.204-16 Commercial And Government Entity Code Reporting Aug 2020
52.204-17 Ownership Or Control Of Offeror Aug 2020
52.204-18 Commercial And Government Entity Code Maintenance Aug 2020
52.204-20 Predecessor Of Offeror Aug 2020
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities Dec 2023
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-26 Covered Telecommunications Equipment Or Services--representation Oct 2020
52.204-27 Prohibition On A Bytedance Covered Application Jun 2023
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment Nov 2021
52.209-7 Information Regarding Responsibility Matters Oct 2018
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters Oct 2018
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015
52.212-1 Instructions To Offerors—commercial Products And Commercial Services Sep 2023
52.212-2 Evaluation—commercial Products And Commercial Services Nov 2021
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I Feb 2024
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services Nov 2023
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services Jan 2025
52.216-18 Ordering Aug 2020
52.216-19 Order Limitations Oct 1995
52.216-22 Indefinite Quantity Oct 1995
52.217-5 Evaluation Of Options Jul 1990
52.217-8 Option To Extend Services Nov 1999
52.217-9 Option To Extend The Term Of The Contract Mar 2000
52.219-6 Notice Of Total Small Business Set-aside Nov 2020
52.219-8 Utilization Of Small Business Concerns Feb 2024
52.219-14 Limitations On Subcontracting Oct 2022
52.219-28 Post-award Small Business Program Rerepresentation Mar 2023
52.222-3 Convict Labor June 2003
52.222-21 Prohibition Of Segregated Facilities Apr 2015
52.222-22 Previous Contracts And Compliance Reports Feb 1999
52.222-25 Affirmative Action Compliance Apr 1984
52.222-26 Equal Opportunity Sep 2016
52.222-35 Equal Opportunity For Veterans Jun 2020
52.222-36 Equal Opportunity For Workers With Disabilities Jun 2020
52.222-37 Employment Reports On Veterans Jun 2020
52.222-41 Service Contract Labor Standards Aug 2018
52.222-42 Statement Of Equivalent Rates For Federal Hires May 2014
52.222-43 Fair Labor Standards Act And Service Contract Labor Standards—price Adjustment (multiple Year And Option Contracts) Aug 2018
52.222-50 Combating Trafficking In Persons Nov 2021
52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 Jan 2022
52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2022
52.223-1 Biobased Product Certification May 2024
52.223-2 Affirmative Procurement Of Biobased Products Under Service And Construction Contracts May 2024
52.223-10 Waste Reduction Program May 2024
52.223-11 Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons May 2024
52.223-12 Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners May 2024
52.223-19 Compliance With Environmental Management Systems May 2011
52.223-20 Aerosols May 2024
52.223-21 Foams May 2024
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation Dec 2016
52.223-23 Sustainable Products And Services May 2024
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024
52.227-1 Authorization And Consent Jun 2020
52.229-11 Tax On Certain Foreign Procurements—notice And Representation Jun 2020
52.229-12 Tax On Certain Foreign Procurements Feb 2021
52.232-33 Payment By Electronic Funds Transfer—system For Award Management Oct 2018
52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004
52.245-1 Government Property Sep 2021
52.245-9 Use And Charges Apr 2012
252.201-7000 Contracting Officer's Representative Dec 1991
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022
252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022
252.204-7003 Control Of Government Personnel Work Product Apr 1992
252.204-7004 Antiterrorism Awareness Training For Contractors Jan 2023
252.204-7016 Covered Defense Telecommunications Equipment Or Services--representation Dec 2019
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation May 2021
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Jan 2023
252.204-7022 Expediting Contract Closeout May 2021
252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023
252.205-7000 Provision Of Information To Cooperative Agreement Holders Oct 2024
252.211-7003 Item Unique Identification And Valuation Jan 2023
252.215-7008 Only One Offer Dec 2022
252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023
252.225-7000 Buy American--balance Of Payments Program Certificate--basic Feb 2024
252.225-7001 Buy American And Balance Of Payments Program--basic Feb 2024
252.225-7012 Preference For Certain Domestic Commodities Apr 2022
252.225-7048 Export-controlled Items Jun 2013
252.225-7052 Restriction On The Acquisition Of Certain Magnets And Tungsten May 2024
252.225-7055 Representation Regarding Business Operations With The Maduro Regime May 2022
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime Jan 2023
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation Jun 2023
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region Jun 2023
252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic Enterprises, And Native Hawaiian Small Business Concerns Jan 2023
252.227-7015 Technical Data—commercial Products And Commercial Services Mar 2023
252.227-7037 Validation Of Restrictive Markings On Technical Data Jan 2023
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7006 Wide Area Workflow Payment Instructions Jan 2023
252.232-7010 Levies On Contract Payments Dec 2006
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023
252.243-7002 Requests For Equitable Adjustment Dec 2022
252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023
252.245-7005 Management And Reporting Of Government Property Jan 2024
252.246-7003 Notification Of Potential Safety Issues Jan 2023
252.246-7008 Sources Of Electronic Parts Jan 2023
252.247-7023 Transportation Of Supplies By Sea--basic Oct 2024
the Following Dlad Provision Applies To This Procurement:
dlad 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020)
dlad Procurement Notes:
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016)
l06 Agency Protests (dec 2016)
Closing Date4 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00060 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 1. The Dpwh Regional Office Ii, Through The Dpwh Fy 2025 Nep (epa - Early Procurement Activity) Intends To Apply The Sum Of ₱29,348,545.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00060: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 Contract Id No. : 25b00060 Location : Gattaran, Cagayan Brief Project Description : Asphalt Overlay, Length = 1.2077 Km, 2.4154 Lane-km (as Per Survey), With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick – Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱29,348,545.00 Contract Duration : 116 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 29.3 Million (USD 500.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought 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 Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il.
project Description:
the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. 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 Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
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 236220. 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 Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: 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 Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess 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.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. 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.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
shardae Webb
contract Specialist
shardae.webb@va.gov
secondary Point Of Contact:
william Henkel
contracting Officer
william.henkel@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date17 Feb 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Construction Project – Refresh Vestibules In Three (3) Locations: Arizona, Montana, And Nevada. Refresh Includes Replacing Flooring, Painting Walls And Ceilings, And Other Work Per The Attached Statement Of Work. Total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Offerors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent.bonding/letter Of Credit Will Be Required Unless Your Quote Is Under $35k.period Of Performancework Completed No Later Than 120 Calendar Days Following Date Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.place Of Performance:project To Be Completed At The Following Three (3) Locations:national Weather Service49 Hughes Ave. Bellemont, Az 86015-5081national Weather Service7851 Dean Martin Drivelas Vegas, Nv 89139-6628national Weather Service6633 Aviation Waymissoula, Mt 59808-9381the Following Davis-bacon Act General Decisions Will Be Incorporated And May Be Viewed At Www.sam.gov:• az20250043 Modification 1 02/14/2025• mt20250063 Modification 1 01/17/2025 • nv20250035 Modification 2 02/14/2025 See The Attached Sf 18 Construction With All Terms And Conditions Which All Offerors Must Be In Compliance With To Be Eligible For Award.the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.construction Purchase Order Clauses(fixed-price)updated Through Fac 2025-03 (jan 2025) Far 36.204 Disclosure Of The Magnitude Of Construction Projectsthe Magnitude Is: Between $25,000 And $100,000.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)car 1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Kerri.coffey@noaa.gov Questions Should Be Received No Later Than Friday, February 28, 2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)far 52.236-27 Site Visit (construction) (feb 1995)(a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed.(b) Site Visits May Be Arranged During Normal Duty Hours By Contacting:for Bellemont, Az And Las Vegas, Nv Contact:name: Dion Parkerphone: (702) 245-6256email: Dion.parker@noaa.gov For Missoula, Mt Contact:name: Joshua Millerphone: (801) 726-7026email: Joshua.miller@noaa.gov (end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010)the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30. The Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important.the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. The Government May Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability.the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations:1. technical Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Offeror’s Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e., Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. experience. The Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Wall Carpet Removal, Wall Repair, And Wall Painting.3. past Performance. Quote Shall Include At Least Two (2) References From At Least Two (2) Separate Contracts For Similar And Relevant Recent Services Within The Past Two (2) Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Kerri.coffey@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. Offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating.4. price. The Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.5. delivery/period Of Performance Considerations.the Offeror's Explanation Of How Will Meet The Completion Date Of 120 Calendar Days Following The Date Of Award Will Be Evaluated But Not Scored.(end Of Provision)car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010)(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238320 And $90.0 M.(b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show–(1) The Solicitation Number;(2) The Name, Address, And Telephone Number Of The Offeror;(3) Acknowledgment Of Solicitation Amendments;(4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation.(5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information).(6) Price And Any Supporting Details For The Price, As Requested In The Solicitation.(c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received.(end Of Provision)
Closing Date10 Mar 2025
Tender AmountRefer Documents
9711-9720 of 9882 archived Tenders