Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Environmental Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: **rfp Amendment 0006: Provides Revised Sf 30 To Reflect Amendment 0005. Rfp Amendment 0005: Provides Attachment J.b-1 Sub Line Item Numbers Slins Rev1 In Response To Ppi 08. Rfp Amendment 0004: Extends Response Date To 10 January 2025 13:00 Pacific Standard Time And Provide Sf30(s) Relating To Rfp Amendment 01-04 As Attachments. Rfp Amendment 0003: Extends Response Date To 03 January 2025 13:00 Pacific Standard Time. Rfp Amendment 0002: Provides Response To Ppi 07. Rfp Amendment 0001: Provide Responses To Ppi 01-06 And Provides Revision 1 Of The Pws As Attachments. Navfac Nw, In Support Of The Environmental Business Line (ev), Is Requesting Proposals From Potential And Eligible Contractors To Provide Navy Installations And Navy Sites Primarily Within The Greater Puget Sound Area Environmental Services To Include, But Not Limited To The Following:? laboratory Testing? field Sampling, Testing, Surveys, And Investigations? shipping (containers And Coolers)? development/modification Of Sampling And Analysis Plans (saps), Standard Operating Procedures (sops), Quality Assurance Plans (qaps), And Project Specific Documentation? procure And Manage Testing/sampling Equipment And Supplies? drinking Water Testing? wastewater Testing? storm Water Testing? asbestos And Lead Facility Inspections? air Emission Testing? insulating Oil Testing? soil Testing Technical Work Description - Typical Work For This Contract Will Be:? laboratory Testing. Provide Testing Supplies (containers, Coolers, Blue Ice, Packing Materials, Preservative, Etc.) And Services To Analyze Environmental And Other Samples, Including But Not Limited To, The Following Regulatory Programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial Wastewater, Hazardous/solid Waste, Air Testing, Cercla (remedial ? field Sampling And Field Testing. The Contractor Shall Furnish All Labor, Supervision, Materials, Supplies, Travel, Consumables, And Equipment To Conduct Field Sampling And Testing Service Calls. Perform Sampling In Accordance With Relevant Federal, State And Local Regulations, Sampling And Analysis Plan(s), And Customer Guidance. Samples May Be Collected By The Navy And Delivered To A Laboratory Or The Contractor May Be Tasked With Sample Collection.? database Development Support. Develop, Design, And/or Modify Databases, In Ms Access, Or Other Database/programming Language, For Navfac Northwest And Their Customers To Facilitate The Import Of Laboratory Data, To Permit The Analysis, Query And Reporting Of That Data (including Temporal Queries), And To Provide Export Of That Data Into Multiple Formats.? develop/modification Of Sampling And Analysis Plans. Develop Sampling And Analysis Plans (saps) And/or A Standard Operating Procedure (sop) That Covers All Aspects Of The Field Sampling Activities.? procure Equipment And Supplies. Procure Equipment And Supplies Associated With Field Sampling As Specified By The Government. For Example, Equipment May Include Automatic Storm Water Samplers.? air Emission Source Testing. Air Emission Monitoring And Testing Performed In Accordance With Requirements Set Forth By Federal, State, And Local Rules And Permits. Testing And Monitoring May Be Performed For The Following Sources, But Not Limited To: Boilers, Generators, Storage Tanks, Fugitive Emissions From Building Enclosures, Electroplating/anodizing Tanks, Blast Booths, Paint Booths, And Powder Coating Booths. ? project-specific Documentation. Develop And Provide Documentation Related To A Sampling And/or Laboratory Service Such As: Security Access Requirements, Schedules, Project Plans, Quality Control Plans, Data Validation, Operations/maintenance Manuals, Final Or Interim Project Reports, Health And Safety Plans, Underground Storage Tank Closure Documentation, And Well Closure Documentation.geographic Location: The Geographic Location Of Your Company?s Primary Office Must Be Within A Three-hour (one-way) Ground Travel Distance From Naval Base Kitsap Bangor. This Criterion Is To Facilitate Efficient On-site Presence To Naval Facilities In The Greater Puget Sound Area To Conduct Activities Such As Sample Collection, Sample Pick-up, Equipment Delivery/pick-up, And On-site Meetings. The Laboratory, If A Separate Entity From The Primary Contractor, Does Not Need To Be In The 3-hour Distance But Does Need To Be Located In Washington Due To Certification Requirements.the Majority Of The Work For This Planned Solicitation Will Be Performed In The Greater Pacific Northwest Area To Include The Facilities Listed Below:? Naval Base Kitsap, Bremerton, Wa? Naval Base Kitsap, Keyport, Wa? Naval Base Kitsap, Bangor, Wa? Naval Station Everett, Wa? Naval Air Station Whidbey Island, Wa? Naval Magazine Indian Island, Wa ? Naval Radio Station Jim Creek, Wa? Naval Base Kitsap Manchester? Naval Base Kitsap Jackson Parkit Is Anticipated That The Preponderance Of Work Under This Solicitation Will Be Performed In The Greater Pacific Northwest Area, However; Project May Occur At Other Facilities Manage By Navy Region Northwest (nrnw) Throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, And Iowa. All Work Required Herein Shall Be Performed In Accordance With All Applicable Federal, State, And Local Laws And Regulations.please See Attached Rfp For Further Details.

Department Of Education Tender

Other Consultancy Services...+2Education And Training Services, Consultancy Services
Corrigendum : Closing Date Modified
Philippines
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Description Request For Expressions Of Interest (consulting Services – Firms Selection) 2024-pms3(015)-bi-cqs-063 Philppin Es Teacher Effectiveness And Competencies Enhancement Project (teacep) Loan No./credit No./ Grant No.: 9481-ph Assignment Title: Consultancy Services To Conduct Independent Verification Reference No. Teacep-cs-1-cqs The Department Of Education (deped) Has Received Financing From The World Bank Toward The Cost Of The Teacher Effectiveness And Competencies Enhancement Project (teacep) And Intends To Apply Part Of The Proceeds For Consulting Services. The Consulting Services (“the Services”) Include Four-year Contract For The Consultancy Services To Conduct Independent Verification Of Teacep. The Consultancy Service Will Assist The Deped In Verifying, Validating, And Confirming The Accomplishment Of The Project Implementation Under The Performance-based Condition Of Component 1. This Will Be Achieved By Establishing A Verification Strategy In Accordance With The Verification Protocol And The Project Appraisal Document (pad), Validating And Reporting On Actual Pbc Progress And Results, And Maintaining Documentary Evidence And Records Of All Verification Activities, Including Datasets Generated From Sample Surveys. The Detailed Terms Of Reference (tor) For The Assignment Are Attached To This Request For Expressions Of Interest. The Deped Now Invites Eligible Consulting Firms (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. The Shortlisting Criteria Are: Qualifications Means Of Verification (mov) Applicable Experience A. At Least 10 Years Of Experience Similar Scope To Demonstrate Experience Of Independent Verification Of Government Agencies Or Large Private Sector Firms Handling Projects With Ipf With Pbcs And/or Modality Sec Registration Indicating The Year Of Registration And/or Other Relevant Documents B. Handled At Least 1 Contract/ Project Related To Verification Of Training Programs In The Records Of Previous Engagements Or Certificate Of Completion Since Cy 2021 Last Five Years The Attention Of Interested Consultants Is Drawn To Section Iii, Paragraphs, 3.14, 3.16, And 3.17 Of The World Bank’s “procurement Regulations For Ipf Borrowers”, Dated November 2020) (“procurement Regulations”), Setting Forth The World Bank’s Policy On Conflict Of Interest. In Addition, Please Refer To The Following Specific Information On Conflict Of Interest Related To This Assignment: Consultants Shall Not Be Hired For Any Assignment That Would Be In Conflict With Their Prior Or Current Obligations To Other Clients, Or That May Place Them In A Position Of Being Unable To Carry Out The Assignment In The Best Interests Of The Borrower. Without Limitation On The Generality Of The Foregoing, Consultants Shall Not Be Hired Under The Circumstances Set Forth Below: A. A Firm That Has Been Engaged By The Borrower To Provide Goods, Works, Or Non- Consulting Services For A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Firm), Shall Be Disqualified From Providing Consulting Services Resulting From, Or Directly Related To, Those Goods, Works, Or Non-consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; B. A Firm That Has Been Engaged By The Borrower To Provide Consulting Services For The Preparation Or Implementation Of A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consulting Firm), Shall Be Disqualified From Subsequently Providing Goods, Works, Or Non-consulting Services Resulting From, Or Directly Related To Those Consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; C. Neither A Consultant (including Personnel And Sub-consultants), Nor An Affiliate (that Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consultant), Shall Be Hired For Any Assignment That, By Its Nature, Creates A Conflict Of Interest With Another Assignment Of The Consultant; D. Consultants (including Their Experts And Other Personnel, And Sub-consultants), That Have A Close Business Or Family Relationship With A Professional Staff Of The Borrower, Or Of The Project Implementing Agency, Or Of A Recipient Of A Part Of The Bank’s Financing, Or Any Other Party Representing Or Acting On Behalf Of The Borrower, That Is Directly Or Indirectly Involved In Any Part Of: I. The Preparation Of The Tor For The Assignment; Ii. The Selection Process For The Contract; Or Iii. The Supervision Of The Contract, May Not Be Awarded A Contract, Unless The Conflict Stemming From This Relationship Has Been Resolved In A Manner Acceptable To The Bank Throughout The Selection Process And The Execution Of The Contract. Consultants May Associate With Other Firms To Enhance Their Qualifications, But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub- Consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. A Consultant Will Be Selected In Accordance With The Consultant Qualification Selection (cqs) Method Set Out In The Procurement Regulations. Further Information Can Be Obtained At The Address Below During Office Hours 0900 To 1700 Hours. Expressions Of Interest Must Be Delivered In A Written Form To The Address Below (in Person, Or By Mail, Or By Fax, Or By E-mail) By January 08, 2025. Bids And Awards Committee I Attn: Assistant Secretary Malcolm S. Garma C/o Procurement Management Service-bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg., Deped Central Office Complex, Meralco Avenue, Pasig City, Philippines, 1600 Tel: 8633-9432 Or 8636-6542 E-mail: Depedcentral.bacsecretariat@deped.gov.ph

Department Of Education Tender

Education And Training Services
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Description Request For Expressions Of Interest (consulting Services – Firms Selection) Project Number: 2024-pms3(016)-bi-cqs-062 Philppines Teacher Effectiveness And Competencies Enhancement Project (teacep) Loan No./credit No./ Grant No.: Ibrd-94810 Assignment Title: Consultancy Services For The Impact Evaluation Reference No. Teacep-cs-3-cqs The Department Of Education (deped) Has Received Financing From The World Bank Toward The Cost Of The Teacher Effectiveness And Competencies Enhancement Project (teacep) And Intends To Apply Part Of The Proceeds For Consulting Services. To Measure The Success Of The Teacep Program, An Independent Consultancy Firm Will Be Hired To Conduct A Thorough Impact Evaluation. This Evaluation Will Involve Designing A Research Plan, Collecting Data Through Surveys, Tests, And Administrative Records, Analyzing The Data To Isolate The Program's Impact, And Finally Reporting The Findings With Recommendations For Future Teacher Training Programs In The Philippines. The Detailed Terms Of Reference (tor) For The Assignment Are Attached To This Request For Expressions Of Interest. The Deped Now Invites Eligible Consulting Firms (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. The Shortlisting Criteria Are: Qualifications Means Of Verification (mov) Applicable Experience A. At Least 10 Years Of Experience Similar Scope To Demonstrate Experience Of Impact Evaluation Of Programs/projects Under Government Agencies Or Large Private Sector Sec Registration Indicating The Year Of Registration And/or Other Relevant Documents Records Of Previous Engagements B. Handled At Least 1 Contract/ Project Related To Impact Evaluation In The Last Three Years Records Of Previous Engagements Or Certificate Of Completion Since Cy 2021 The Ie’s Team Shall At Least Comprise Of The Following Key Experts (or An Equivalent Staffing Configuration): A. Key Experts I. (1) Impact Evaluation Specialist (team Leader) Ii. (1) Data Analyst Iii. (3) Research Analyst B. Non-key Expert Iv. (1) Administrative Assistant Company Profile, Cvs Of Expert And Non-expert Personnel, And Organizational Structure The Attention Of Interested Consultants Is Drawn To Section Iii, Paragraphs, 3.14, 3.16, And 3.17 Of The World Bank’s “procurement Regulations For Ipf Borrowers”, Dated November 2020) (“procurement Regulations”), Setting Forth The World Bank’s Policy On Conflict Of Interest. In Addition, Please Refer To The Following Specific Information On Conflict Of Interest Related To This Assignment: Consultants Shall Not Be Hired For Any Assignment That Would Be In Conflict With Their Prior Or Current Obligations To Other Clients, Or That May Place Them In A Position Of Being Unable To Carry Out The Assignment In The Best Interests Of The Borrower. Without Limitation On The Generality Of The Foregoing, Consultants Shall Not Be Hired Under The Circumstances Set Forth Below: A. A Firm That Has Been Engaged By The Borrower To Provide Goods, Works, Or Non-consulting Services For A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Firm), Shall Be Disqualified From Providing Consulting Services Resulting From, Or Directly Related To, Those Goods, Works, Or Non-consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; B. A Firm That Has Been Engaged By The Borrower To Provide Consulting Services For The Preparation Or Implementation Of A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consulting Firm), Shall Be Disqualified From Subsequently Providing Goods, Works, Or Non-consulting Services Resulting From, Or Directly Related To Those Consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; C. Neither A Consultant (including Personnel And Sub-consultants), Nor An Affiliate (that Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consultant), Shall Be Hired For Any Assignment That, By Its Nature, Creates A Conflict Of Interest With Another Assignment Of The Consultant; D. Consultants (including Their Experts And Other Personnel, And Sub-consultants), That Have A Close Business Or Family Relationship With A Professional Staff Of The Borrower, Or Of The Project Implementing Agency, Or Of A Recipient Of A Part Of The Bank’s Financing, Or Any Other Party Representing Or Acting On Behalf Of The Borrower, That Is Directly Or Indirectly Involved In Any Part Of: I. The Preparation Of The Tor For The Assignment; Ii. The Selection Process For The Contract; Or Iii. The Supervision Of The Contract, May Not Be Awarded A Contract, Unless The Conflict Stemming From This Relationship Has Been Resolved In A Manner Acceptable To The Bank Throughout The Selection Process And The Execution Of The Contract. Consultants May Associate With Other Firms To Enhance Their Qualifications, But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. A Consultant Will Be Selected In Accordance With The Consultant Qualification Selection (cqs) Method Set Out In The Procurement Regulations. Further Information Can Be Obtained At The Address Below During Office Hours 0900 To 1700 Hours. Expressions Of Interest Must Be Delivered In A Written Form To The Address Below (in Person, Or By Mail, Or By Fax, Or By E-mail) By January 8, 2024. Bids And Awards Committee I Attn: Assistant Secretary Malcolm S. Garma C/o Procurement Management Service-bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg., Deped Central Office Complex, Meralco Avenue, Pasig City, Philippines, 1600 Tel: 8633-9432 Or 8636-6542 E-mail: Depedcentral.bacsecretariat@deped.gov.ph

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
Corrigendum : Closing Date Modified
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought-request For Information background: the Department Of The Air Force, Air Education And Training Command (aetc) Air Force Security Assistance Training Squadron (afsat) Is Conducting Market Research To Determine Whether Capable Sources Are Available To Perform Non-personal Training Services In Support Of Foreign Military Sales (fms) A-29 Super Tucano Training. There Are Three Requests For Information Pertinent To This Rfi: (a) The First Part Is A Sources Sought For Vendor Noncommercial Training Services Support For Fms A-29 Which Includes Management, Courseware Development And Delivery Of Courseware (with Government Purpose Rights) For A-29 Aircrew Training, Maintenance Crew Training, And Any Specialized Training On The A-29 Aircraft Systems To Include Weapon Systems, Support Equipment, And Software. The Associated Noncommercial Services Training Support Is Anticipated To Be Required By The Usg Allies And Other Partner Nations. The Place Of Performance Is Undetermined, And May Be Inside And Outside Of The Continental United States (conus And Oconus). The Requirement Is Projected As An Initial Ordering Base Period Of One Year With Four Option Years With A Period Of Performance To Start On Or About September 2025. (b) The Second Is A Sources Sought To (1) Identify If There Is Any Commercially Available Training For The A-29 Iaw Current Federal Aviation Administration (faa) Approved Guidelines For Civil Aircraft; And (2) Commercially Available Training As Described In Far Part 12. (c) The Third Part Is A Sources Sought For The Potentially Capable Source To (1) Identify The Vendor’s Place Of Incorporation; As Well As (2) To Identify Training Locations (especially If Commercially Available Training As Identified In Paragraph B Above). this Sources Sought Notice/request For Information (rfi) Is For Market Research And Planning Purposes Only. The Information Obtained In Response To This Rfi Will Be Used To Help Identify Qualified, Experienced, Interested Potential Sources, And Attain A Better Understanding Of The A-29 Training Location Footprint. This Is Not A Request For Proposal (rfp). It Is Not To Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi Is For Market Research Only And Will Be Used By The Air Force Multi-functional Team (mft) To Assist Planning. Any Information Provided To The Government Is Strictly Voluntary And Is Provided At No Cost To The Government. The Government Will Not Reimburse Vendors For Any Capability Package Preparation Nor Briefing Costs. For Purposes Of This Rfi, The North American Industry Classification System (naics) Code Is 611512 – Flight Training, Small Business Size Standard Is $34m. note: The Usg Is Specifically Requesting Information By Vendors Regarding Their Capability To Perform Training On The A-29 Aircraft. The Government Reserves The Right To Determine The Acquisition Approach, To Include Sole Source, A Small Business Set-aside Or Whether A Small Business Socio Economic Approach Authorized By Statute Would Be More Appropriate Based On Responses To This Notice. The Government Also Reserves The Right To Issue A Solicitation To Any Country Requested Specific Source For A-29 Training, As An International Agreement For Competitive Restriction (iacr), Pursuant To 10 U.s.c. 3204(e)(4)(e). Additional Information Or Updates Regarding This A-29 Training Support Services Requirement Will Be Posted On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Interested Parties Are Encouraged To Check This Website Regularly For Any Changes Or Updates. Interested Parties Capable Of Providing Any Of The Training Support Services Sought Are Instructed To Add Their Information To The Interested List, Add This Notice To Their Following List, And Submit A Capability Statement In Response To This Rfi: Fms A-29 Training Sources Sought Notice. description: the Service Provider Shall Be Required To Provide A-29 Aircrew Training Management; Develop And Deliver With Government Purpose Rights A-29 Courseware Necessary For Training Usg, Usg Allies, And Partner Nation On A-29 Air Ground Support, And Maintenance Crews; Provide A-29 Pilot Flight And Maintenance Training And Provide Associated Logistical Support. A-29 Training Objectives Are To Train Usg, Usg Allies, And Partner Nation Air And Ground Support Crew On Initial, Conversion, And Possibly Mission Qualification On The Country-specific A-29 Configuration. Instruction For A-29 Aircrew Will Include Academic, Simulation, And Pilot Flight Training On The A-29. The Training May Include And Is Not Limited To A Combination Of Electronic Courseware, Classroom Academics, Aircrew Training Devices, And Pilot Flight Training As Described Below In The Following Paragraphs. the Service Provider Will Be Requested To Develop, Produce, And Deliver, With Government Purpose Rights, New A-29 Aircrew/maintenance Courseware And Aircrew/maintenance Materials Used For Instruction Of Usg And Allied/partner Nation A-29 Aircrews. Courseware Development Requires Access To Original Equipment Manufacturer (oem) Technical Data And/or/country Specific Technical Orders (cstos). Courseware Must Be Compatible With Oem Equipment. Changes In Technical Data May Drive Future Changes. (oconus) Country-provided Equipment, Infrastructure And Facilities Will Be Available Except Common Instructional Equipment Not Peculiar To A-29 Training. (conus) Other Than Country Specific Requirements, It Will Be Incumbent Upon The Contractor To Acquire The Information, Equipment, Property, And Services Required To Perform Training On The A-29. technical Orders (to) Deemed Necessary For Course Development May Be Delivered To The Usg And May Be Available As Government Furnished Information (gfi) At The Award Of A Task Order At A Future Date. If Your Company Has Any Relationships, Agreements Or Partnerships To Allow For Accessibility Of A-29 Tos Outside Of Government Furnished Information, Please Identify In Your Response. if Usg Courseware Is Available And Releasable It Will Be Provided To The Contractor. At This Time, None Has Been Identified. as An Air Force Training Organization, The Government's Courseware Requirement Is To Be Delivered Either As A Special Work For Hire, Or A Minimum Of Government Purpose Rights For Each Course. Industry Is Encouraged To Identify Any Alternative Approaches In A Capability Statement And Identify Any Underlying License(s) With An Approximate Cost Savings, Per Country, For The Approach. the United States Government Reserves The Right To Add Additional Training Courses As Required To Facilitate Usg And Allied/partner Nation Training On The A-29. Anticipated Courses/courseware, For Capability Statement, Include The Following: a. Pilot Initial Qualification Courses b. Pilot Mission Qualification Courses c. Aircrew Ground Training Courses d. Basic Maintenance Courses (avionics/electrical, Airframe & Powerplant, Egress/weapons, Supply Chain Management And Am2 Records Management Database) In Multiple Levels (e.g. Usaf 3-, 5-, 7-level) all Actual Pilot Flight Operations Must Meet The Requirements Of Defense Contract Management Agency (dcma) Instruction 8210.1c (afi 10-220). The Contractor Should Demonstrate That It Can Maintain Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And Will Provide To The Usg Documentation Requested At Any Time During The Performance Of The Training Support Service. contractor Aircrew Instructors: Contractor Should Demonstrate That It Has The Ability To Acquire Instructor Pilots Who Are Previously Qualified Within Three Years Of Currency (last Pilot Flight). Qualified Instructors Shall Have Two Years Of Experience As Pilot Flight Instructors In Either A Military Or Civilian Capacity. Aircrew Academic And Simulator Instructors Must Be Fully Qualified Instructor Aircrew Who Have Been Qualified In A-29 Operations Within Four Years. Contractor Maintenance Instructors Shall Have At Least Two Years Of Experience As A-29 Instructors. Anticipated Instructor Requirements, To Be Addressed In Capabilities, Include And Are Not Limited To: a. A-29 Instructor Pilot (rated) b. A-29 Avionics Maintenance Instructor c. A-29 Airframe And Powerplant Maintenance Instructor d. A-29 Egress And Weapons Maintenance Instructor e. Supply Chain Management (avpro System) And Am2 Records Management Database Instructor f. A-29 Aircrew Ground Training Instructor interested Parties Capable Of Providing Any Of The Training Support Service Sought Should Submit A Capability Statement To Include Specific Technical Background Information Describing Their Organization's Experience And Expertise In Fms Aircrew Training Services Requiring Similar Management/courseware Development Pilot Flight Training/logistical Efforts. At A Minimum The Following Information Is Requested: oconus Training Will Be Incumbent Upon The Contractor To Secure Any Required Country Specific Approvals To Live And/or Work In The Partner Nation. conus All Infrastructure And Facilities For Conus Training Will Be Provided By The Offeror And Will Not Be Facilitated By Or Furnished By The Government. industry Survey Questions: general Survey Instructions: - Please Indicate When Citing Examples Of Past Performance Your Specific Companies’ Tasks In That Past Performance, The Contract Number, And Government Point Of Contact. - When Describing Possible Teaming/partnership Arrangements To Fulfill This Requirement Please Indicate If The Agreement Is Already In Place Or A Long-standing Relationship. - If Any Part Of Your Responses Is Currently Being Executed By Your Organization Commercially As Described In Far Part 12 Please Indicate As Such. (1) Company Name, Address, Point Of Contact, Telephone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Sam Unique Entity Id, Place Of Incorporation And Training Locations (especially If Commercially Available Training); (2) Approximate Annual Gross Revenue; (3) Business Size (other Than Small Business Or Small Business). (4) If You Indicated Your Business Size As “small Business”, If Applicable, Specify Small Business Socioeconomic Program Status – [small Disadvantaged Business (sdb), 8(a)-certified Small Disadvantaged Business, Historically Underutilized Business Zone (hubzone) Small Business, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Woman-owned Small Business (wosb)]; (5) Describe The Role Your Company Will Play In The Performance Of The A-29 Training Service Sought (prime Contractor, Subcontractor, Other: Please Explain); (6) If You Indicated Your Company’s Role As "prime Contractor" Please Provide Information Demonstrating The Capability To Mobilize And Manage Internationally, And Finance The Support Service Sought; (7) If You Indicated Your Company’s Role As "prime Contractor", Specify The Functions For Which You Plan To Use Subcontractors To Include Estimated Small Business Subcontracting Goals And Rationale. (8) If You Indicated Your Company’s Role As "subcontractor", Please Indicate Which Functional Areas You Intend To Cover; (9) Specify Whether Your Company Primarily Conducts Business In The Commercial Or Government Sector; (10) Provide Information On Any Commercial Or Government Sector Support Services Your Organization Has Performed That Are Similar To The Support Service Sought; (11) Identify Which Naics Code(s) Your Company Usually Performs; (12) Describe Your Company’s Expertise/experience In Maintaining Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And How It Is Provided To The Usg; (13) Describe Your Company’s Capability To Provide Expertise In A-29 Courseware Development, Production And Ability To Deliver Such Courseware With Government Purpose Rights Or Describe An Alternative Approach Which Identifies Any Cost Savings Along With Any Required Underlying License(s). (indicate If Your Company Currently Has Any A-29 Courseware Available) (14) Provide A Plan To Develop A-29 Aircrew Training Academic Courseware. Note: Benchmark Timelines For Courseware Development Are Critically Important To Training Mobilization. (15) Describe Your Company’s Capability To Provide A-29 Pilot Flight Simulation Training, If Required, That Replicates A-29 Pilot Flight Characteristics And Capabilities Using Your Organization’s Training Device. (16) Provide A Plan To Recruit And Employ Trained And Qualified A-29 Variant Instructor Pilots. Employees Shall Be Within Three Years Of Currency (last Pilot Flight) To Qualify For Positions As A-29 Aircrew Pilot Flight Instructors, And Within Four Years Pilot Flight Currency For Academic And Simulator Instructors. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (17) Provide A Plan To Recruit And Employ Trained And Qualified Support Personnel, To Include But Not Limited To, Schedulers, A-29 Brief/debrief System Operators, Drivers, Lesson Management System Administrators, Aircrew Records Management System Administrators. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (18) Explain Your Organization’s Understanding Of Export Control Laws (third Party Transfer/technical Assistance Agreements), The Business Acumen, Etiquette, Culture, Practices Of Conducting Business Internationally. Elaborate On The Trade Regulations, Customs, Standards, Agreements, Labor Laws, Visa Requirements, Transportation, Lodging, Tariffs (value-added Tax) And other Unique Circumstances Affecting A Service Provider’s Ability To Perform The Support Services Sought In Internationally. (19) Describe Your Company’s Expertise/experience In Mobilizing Personnel To Foreign Nations For Short (2-4 Months), Moderate (4-8 Months), And Extended Periods (8-12 Months) Of Time With Minimal To No Assistance Of The Usg. (20) Provide Capability To Support An Undetermined Minimum Ordering Period And With Performance Starting September 2025 (21) Provide Recommended Type Of Contract And Rationale. (22) Provide The Minimum Period Of Performance Your Company Is Able To Support In The Event A Requirement Or Funding Is Limited, And Services Are Purchased For A Shorter Period Of Performance (for Example: The Contract Only Provides Funding For Six Months Of Service). (23) Provide Confirmation Whether Your Company Can Provide All Services Or Any Service. Provide Rationale For Capability To Provide All Required Services Or Capability To Provide Any Service Identified. (24) Provide A List Of Assumptions With Descriptions Regarding Your Company’s Submission. (25) Provide Information For Person(s) Participating In A Potential Virtual Industry Day. [note: Based Upon The Information Provided In This Sources Sought And Participation Of Industry Day The Government May Elect To Conduct A Site Visit To All, Few Or None Of The Information Offerors] (26) How Familiar Are You With The International Traffic In Arms Regulation (itar) Guidance/process? please Limit The Capability Statement To No More Than 26 Single-sided, Type-written Pages Using Font Size 12. Extravagant Formatting Is Not Required Nor Desired. Paragraph Numbering To Coincide With The Above Requested Information Is Preferred. any Questions Regarding This Posting Must Be Submitted Via Email As Soon As Possible But No Later Than Noon Cst On 25 Oct 2024 In Order To Allow Answers To Questions To Be Publicly Posted Before The Response Date. Questions Containing Proprietary Information Must Be Identified To Prevent Release To The Public Via Posting On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Please Do Not Call The Contracting Office For Information; Email Questions To Avoid Any Misunderstanding Or Confusion And Help Eliminate Duplicate Questions. the Primary Point Of Contacts For This Rfi Is Liliana Gonzales And Robert Newberry. Contact With Other Government Personnel Regarding This Rfi Is Not Permitted. If Your Organization Is Capable Of Providing The Training Support Service Described Above, Please Electronically Submit The Requested Information By The Specified Due Dates Via Email To: liliana Gonzales (liliana.gonzales.3@us.af.mil) robert Newberry (robert.newberry.7@us.af.mil) information Requested Due Dates And Timeline: industry Questions For Afsat Nlt: 25 Oct 2024 afsat Response To Questions Nlt: 13 Dec 2024 capability Statements: 06 Jan 2025 note: Any Changes To Due Dates And Timeline Will Be Updated If Applicable definitions: far 2.101: Commercial Product Means—(1) A Product, Other Than Real Property, That Is Of A Type Customarily Used By The General Public Or By Nongovernmental Entities For Purposes Other Than Governmental Purposes, And–(i) Has Been Sold, Leased, Or Licensed To The General Public; Or (ii) Has Been Offered For Sale, Lease, Or License To The General Public; (2) A Product That Evolved From A Product Described In Paragraph (1) Of This Definition Through Advances In Technology Or Performance And That Is Not Yet Available In The Commercial Marketplace, But Will Be Available In The Commercial Marketplace In Time To Satisfy The Delivery Requirements Under A Government Solicitation; (3) A Product That Would Satisfy A Criterion Expressed In Paragraph (1) Or (2) Of This Definition, Except For-(i) Modifications Of A Type Customarily Available In The Commercial Marketplace; Or (ii) Minor Modifications Of A Type Not Customarily Available In The Commercial Marketplace Made To Meet Federal Government Requirements. “minor Modifications” Means Modifications That Do Not Significantly Alter The Nongovernmental Function Or Essential Physical Characteristics Of An Item Or Component, Or Change The Purpose Of A Process. Factors To Be Considered In Determining Whether A Modification Is Minor Include The Value And Size Of The Modification And The Comparative Value And Size Of The Final Product. Dollar Values And Percentages May Be Used As Guideposts, But Are Not Conclusive Evidence That A Modification Is Minor; (4) Any Combination Of Products Meeting The Requirements Of Paragraph (1), (2), Or (3) Of This Definition That Are Of A Type Customarily Combined And Sold In Combination To The General Public; (5) A Product, Or Combination Of Products, Referred To In Paragraphs (1) Through (4) Of This Definition, Even Though The Product, Or Combination Of Products, Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor; Or (6) A Nondevelopmental Item, If The Procuring Agency Determines The Product Was Developed Exclusively At Private Expense And Sold In Substantial Quantities, On A Competitive Basis, To Multiple State And Local Governments Or To Multiple Foreign Governments. far 2.101: Commercial Service Means—(1) Installation Services, Maintenance Services, Repair Services, Training Services, And Other Services If–(i) Such Services Are Procured For Support Of A Commercial Product As Defined In This Section, Regardless Of Whether Such Services Are Provided By The Same Source Or At The Same Time As The Commercial Product; And (ii) The Source Of Such Services Provides Similar Services Contemporaneously To The General Public Under Terms And Conditions Similar To Those Offered To The Federal Government; (2) Services Of A Type Offered And Sold Competitively In Substantial Quantities In The Commercial Marketplace Based On Established Catalog Or Market Prices For Specific Tasks Performed Or Specific Outcomes To Be Achieved And Under Standard Commercial Terms And Conditions. For Purposes Of These Services–(i) Catalog Price Means A Price Included In A Catalog, Price List, Schedule, Or Other Form That Is Regularly Maintained By The Manufacturer Or Vendor, Is Either Published Or Otherwise Available For Inspection By Customers, And States Prices At Which Sales Are Currently, Or Were Last, Made To A Significant Number Of Buyers Constituting The General Public; And (ii) Market Prices Means Current Prices That Are Established In The Course Of Ordinary Trade Between Buyers And Sellers Free To Bargain And That Can Be Substantiated Through Competition Or From Sources Independent Of The Offerors; Or (3) A Service Referred To In Paragraph (1) Or (2) Of This Definition, Even Though The Service Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor.

City Of Bystrice Nad Pernstejnem Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Czech Republic
Closing Date24 Feb 2025
Tender AmountCZK 94.3 Million (USD 3.9 Million)
Details: The subject of the public contract is the demolition of the existing building of the Sokolovna, built in the 1930s, which is in a state of disrepair. A new multifunctional Sokolovna will be built on the site after the demolition (for a more detailed technical description, see the project documentation). The completion of the work also includes the preparation of documentation of the actual construction, geodetic survey of the completed work and the preparation of a geometric plan of the construction. The basis for drawing up the offer is the list of construction works, supplies and services, including the statement of measurements, project documentation and other documents that are an integral part of this tender documentation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents 
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-----

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:roseburg delineated Area: north:kenneth Ford Dr south:se Ichabod St east:ne Pamona St west:loma Vista Dr gross Square Feet: 772 - 965 net Square Feet: 552 - 690 space Type: Retail gov Parking Spaces (total):2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 14.4 Million (USD 252.4 K)
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

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents 
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Oregon city:bend delineated Area: north: Nw Spruce Ave, Redmond, Or south:murphey Rd, Bend, Or east:ne 9th St, Redmond, Or west:nw Mount Washington Dr, Bend, Or gross Square Feet:3,880 - 4,850 net Square Feet: 3,376 - 4,220 space Type: Retail gov Parking Spaces (total): 13 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer:thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government Is Considering Relocation To An Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J - Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 18.9 Million (USD 327.5 K)
Details: Description Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00070 : Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads-primary Roads - Maharlika Highway - K0335+822 - K0336+145, K0336+310 - K0336+521.99, K0342+038 - K0342+271 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱18,999,885.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00070: Oo1: Ensure Safe And Reliable National Road System: Asset Preservation Program - Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads-primary Roads - Maharlika Highway - K0335+822 - K0336+145, K0336+310 - K0336+521.99, K0342+038 - K0342+271. 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 - K0335+822 - K0336+145, K0336+310 - K0336+521.99, K0342+038 - K0342+271 Contract Id No. : 25b00070 Location : Echague, Isabela Brief Project Description : Rehabilitation/reconstruction/upgrading Of Damaged Paved Road, Length = 0.88940 Km, 1.7788 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 (0.15, 0.23, 0.28 & 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 • Pccp, 0.23 M Thick 14-day Concrete • Pccp, 0.30 M Thick 7-day Concrete Road/bridge Construction • Paint Miscellaneous Structures • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning, Regulatory, Traffic Instruction) • Hazard Markers (chevron Signs) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Removal Of Existing Reflectorized Thermoplastic Pavement Markings • Structural Concrete Injection And Crack Repair Approved Budget For The Contract (abc) : ₱18,999,885.00 Contract Duration : 156 Calendar Days Inclusive Of 10 Unworkable/rainy Days, 30 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 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 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 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
9891-9900 of 10000 archived Tenders