Transportation Tenders

Transportation Tenders

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Sapang) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Three Million Pesos (3,000,000.00) Being The Abc To Payments Under The Contract For Rehabilitation/reconstruction Of Road (bargy. Sapang)/ Itb-2025-odpap-04. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Sapang) Completion Of The Works Required 180 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2024, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2024, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Sapang). With Project Identification Number Itb-2025-odpap-04. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 3,000,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until May 19, 2025, Monday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehabilitation/reconstruction Of Road (bargy. Sapang) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Rehabilitation/reconstruction Of Road (bargy.sapang) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 60,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 150,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 19, 2025, Monday (150 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 3 Million (USD 51.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e). the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name; (b) Address; (c) Point Of Contact; (d) Phone, Fax, And Email; (e) Uei Number; (f) Cage Code; (g) Tax Id Number; (h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc.; (i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And (j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below. requirement: the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Maintenance And Repair On Copan Diagnostics Wasp At John Cochran Division. The Facility Is Located At Va St. Louis Healthcare System, 915 N. Grand Blvd. St. Louis, Mo 63106. the North American Industry Classification System Code (naics Code) Is 811210 (electronic And Precision Equipment Repair And Maintenance), Size Standard Of $34million. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb. important Information: the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used. responses To This Notice Shall Be Submitted Via Email To Maria Riza Owen At Maria.owen2@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 6, 2025, At 1:00pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Source Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. statement Of Work service Agreement For Primary Systems general Information service Agreement: The St. Louis Va Medical Center Is Requesting To Establish A Service Contract For Maintenance And Repair On Copan Diagnostics Wasp At John Cochran (jc) The Facility Is Located At: va St. Louis Healthcare System john Cochran Division 915 N. Grand Blvd. st. Louis, Mo 63106 scope Of Work: The Contractor Shall Supply All Labor, Travel, Materials, Equipment, Tools, Supervision, And All Incidentals Required To Complete On-site Full-service Preventative Maintenance And Corrective Maintenance (repair) Of The Equipment Identified In Section Ii, In Accordance With Manufacturer S Recommendations, Joint Commission Standards, Design Specifications, And The Specifications, Terms, And Conditions Of This Contract. background: The Wasp System Is Used To Process Patient Biological Data At A Rapid Pace And Aid In Diagnosis And Treatment. The Equipment Is Critical For The Path & Lab Service And Patient Safety At The Va Medical Center. This Procurement Is To Establish A Service Contract Required To Cover Preventative And Corrective Maintenance Services. This Contract Is Issued To Ensure The Continuous Reliability Of The Equipment Identified In The Statement Of Work. The Reliable And Accurate Operation Of The Equipment At All Times, Is Considered Critical To The Health Of Patients. performance Period: The Contractor Shall Begin The Work Required Under This Sow Commencing With The Effective Date Of Award, Unless Otherwise Directed By The Co, And Shall Provide Continuous Service Until The Date Of Contract Expiration. The Contract Would Be For 1 Year Starting March 1, 2025 Through February 28, 2026 With Up To 4 Additional Option Periods. type Of Contract: Firm-fixed-price equipment To Be Serviced each Of The Following Items Is To Be Serviced In Accordance With The Specifications, Terms And Conditions Of This Contract. line Item manufacturer model location 1 copan Diagnostics wasp john Cochran services To Be Provided the Contractor Shall Provide Preventative And Corrective Maintenance, Including Emergencies, On The Equipment Outlined Above In Section Ii. summary Of Services semi-annual Pm On System (2 Per Year) monday Friday On-site Service Available During Working Hours 24/7/365 Phone Technical Support all Replacement Parts And Pm Kits As Needed all Travel And Labor Expenses Included on-site Turnaround Time Within 48-72 Hours Pending Availability Of Parts preventative Maintenance the Contractor Shall Perform Preventive Maintenance (pm) Service To Ensure That Equipment Listed In Section Ii Performs In Accordance With Section B.4 (g) Conformance Standards. The Contractor Shall Provide Checklists And Utilize Procedures With Worksheet Originals Indicating Work Performed And Actual Performance Values Obtained (as Applicable). The Contractor Shall Provide Written Description Of Preventive Maintenance Inspections (pmi). This Description Shall Include An Itemized List Of The Procedures Performed, Including Electrical Safety. This Documentation Shall Be Provided To The Cor At The Completion Of The Pm. pm Services Shall Be Provided On A Semi-annual Basis (one Pm Each Year). Any Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor And Provided In Writing To The Contracting Officer. Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Shall Be Included Within This Contract S Agreed Upon Price, Unless Otherwise Specifically Excluded. Any Fuel Surcharges Will Not Be Authorized. the Contractor Shall Notify The Cor And Biomed Supervisor At Least 48 Hours In Advance Of The Date Of Contemplated Preventative Maintenance Inspection. A Designated Staff Member Will Accompany The Contractor As An Observer During The Inspection. The Inspection Shall Be Thorough And Shall Conform To Manufacturer And Industry Standards For The Equipment. Sufficient Time Shall Be Allowed To Permit A Thorough Inspection And Test Of Each Device Comprising The Overall System. Maintenance Work And Inspections May Be Combined At The Approval Of The Cor Or Alternate Cor If Down Time Is Not Considered Significant. the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Co And Cor (in Writing) Of The Existence Or The Development Of Any Defects In Or Repairs Required To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. If The Contractor Identifies Issues Outside Of The Scope Of The Contract, The Contractor Shall Provide A Quote To Resolve The Issue As Part Of A Separate Agreement And Allow The Work To Continue Under The Current Contract Scope. corrective Maintenance the Contractor, Cor, And Biomedical Engineering Staff Shall Maintain The Equipment In Accordance With Section B.4 (g) Conformance Standards. Contractor Shall Provide Unlimited Telephone Technical Support And All Required Parts. only The Co, Cor, Or Designated Alternate Has The Authority To Approve/request A Corrective Maintenance Service Call To The Contractor. Co Or Cor Authorization For Any Work Must Be Received Prior To Performance Of Work Or Payment Will Not Be Authorized. corrective Maintenance Service Calls Are Unlimited And Incur No Charge For Other Than Normal Working Hours. technicians Responding For Emergency Corrective Maintenance Service Must Report To The Cor, Biomed Supervisor, Or Designee (after Hours). Upon Completion Of Service/repair, The Technician Shall Again Report To That Person. parts the Contractor Shall Have Ready Access To All Parts, Including Unique And/or High Mortality Replacement Parts. All Parts Supplied Shall Be Compatible With Existing Equipment And Adhere To The Buy American Act. The Contract Shall Include All Parts Except -if Applicable - Those Parts Specifically Listed As Being Excluded. The Contractor Shall Use Only New Original Equipment Manufacturer (oem) Or Oem-approved Parts. All Parts Shall Be Of Current Manufacture And Have Complete Versatility With The Presently Installed Equipment. All Parts Shall Perform Identically To The Original Equipment Specifications. Parts Removed From Another System, Rebuilt And/or Used, Shall Not Be Installed Without Specific Approval By The Cor. All Defective Parts Replaced Become The Property Of The Contractor, Unless Otherwise Specified By The Cor Or Alt Cor. consumables Are Excluded. service Manuals/tools/equipment the Va Shall Not Provide Tools, Test Equipment, Service Manuals, Or Service Diagnostic Software To The Contractor. Contractor Shall Obtain, Have On File, And Make Available To Its Field Service Engineer (fse) All Operational And Technical Documentation (such As Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Cor Upon Request. the Contractor Shall Provide The Cor And The Biomedical Engineering Shop Supervisor Copies Of All Documentation That Pertains To Any Hardware, Software, Or Firmware Upgrade Or Repair. copies Of The Latest Version(s) Of All Documentation And Licensing Agreements, Which Shall Include Operation, Service, And Diagnostic Software. The Cor Shall Have Access To The Same Operation, Service, Diagnostic Software, And Documentation As The Oem's Fse. Contractor Shall Provide To The Cor Oem Service Bulletins For The Equipment Covered Under This Contract. All Documentation And Service Bulletins, Etc. Shall Be Provided Within 30 Days Of Award In Either Hard Copy Or Electronic Format. Any Future Service Bulletins Generated During The Contract Period Shall Be Provided To The Cor Within 30 Days Of Receipt In Either Hard Copy Or Electronic Format. services Not Covered By Contract co Is The Only Individual With The Authorization To Approve Any Work Outside The Scope Of This Contract. The Contractor Shall Provide A Quote For Any Work That Is Outside The Scope Of The Contract And The Co Will Evaluate The Price And If Applicable, The Co Will Negotiate With The Contractor. If The Co And The Contractor Agree On Pricing And It Is Approved To Add The New Scope To The Contract There Will Be A Subsequent Modification Awarded To Add The New Scope. removal Of Equipment approval From The Cor Must Be Obtained Before Removing Any Equipment From The Va Medical Facility. No Transportation Charges Will Be Allowed For Either The Repair Person Or Equipment To Or From The Contractors Facility. The Contractor Will Be Responsible For All Damage Or Loss Of Equipment. A Loaner Of The Same Type And Functionality Of The Equipment Removed, If Required, Shall Be Furnished, Installed, And Made Fully Operational By The Contractor Without Additional Cost. competency Of Contractor Personnel all Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Have An Established Business, With An Office And Established/hired Full-time Staff. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses. Fully Qualified" Is Based Upon Training And Experience In The Field. For Training, The Fse(s) Must Have Successfully Completed A Formal Oem Certified (or Equivalent) Training Program For All Equipment To Be Maintained And All Equipment To Be Utilized In The Performance Of The Contract. The Preferred Experience Of The Fse(s) Is A Minimum Of Two Years In The Installation, Calibration, Maintenance, And Repair Of The Specific Equipment Identified In Section Ii. if Subcontractor(s) Are Used, They Must Meet The Same Competency Standards As Contractor Personnel And Be Preapproved By The Co. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval Or Disapproval. the Co And/or The Cor Or Alt Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On Equipment. condition Of Equipment all Equipment Is Currently Fully Operational Per Required Standards As Set Forth By The Manufacturer. A List Of Standards May Be Provided Upon Request During Solicitation. conformance Standards contractor Shall Ensure That The Equipment Functions In Conformance With The Standards Established By The Manufacturer And Accrediting Organizations Such As Fda, Tjc, And Vha. These Standards May Be Provided On Request During Solicitation. hours Of Coverage the Contractor Will Provide All Non-emergent Services Within Normal Va Stl Business Hours (7:00 Am To 4:00 Pm (cst) M-f). all Services Shall Be Performed During These Normal Hours Of Coverage Unless One Of The Following Conditions Exists: the Contractor Wishes To Furnish Services At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, The Contractor Submits A Request To The Cor Prior To The Proposed Start Of The Work, And The Request Is Approved In Writing By The Cor Before Work Has Begun. Work Performed Outside The Normal Hours Of Coverage At The Request Of Fse/contractor Shall Be Considered Service Performed During Normal Hours Of Coverage. work Performed Outside The Normal Hours Of Coverage Must Be Pre-approved By The Co, Cor, Or Alt Cor. The Contractor Will Provide A Written Estimate Of The Charges Prior To Approval Of The Work. the Contractor Shall Provide Coverage 24 Hours/day, 7 Days/week And All Holidays. there Will Be No Additional Charge For Time Spent Waiting At The Site During Or After The Normal Hours Of Coverage For Delivery Of Parts. hardware/software Update/upgrade Installations Shall Be Scheduled And Performed During Normal Hours Of Coverage At No Additional Charge To The Government. federal Holidays Observed By The Va Medical Center New Year S Day, Martin Luther King, Jr. Day, president S Day (washington S Birthday), memorial Day , juneteenth, independence Day, labor Day, columbus Day, veterans Day, thanksgiving Day, Christmas Day, and Any Other Day Specifically Designated By The President Of The United States. documentation/reports no Later Than Seven (7) Business Days After The Conclusion Of Any Maintenance Or Repair The Contractor Will Provide To The Cor Or Alt Cor A Signed Detailed Service/inspection Report Listing All Devices, All Repairs For Each Device, Parts Used To Maintain Or Repair The Devices, And Operating Efficiency Of The Devices. The Service/inspection Report Shall Contain, At A Minimum, The Following Information: date And Time Of The Technician S Arrival On Station. type, Model, And Serial Number(s) Of All Equipment On Which Maintenance Was Performed. total Time Spent Performing Maintenance (exclusive Of Any Travel Time). detailed Narrative Description Of Work Performed. complete List Of Parts Replaced. comments As To The Cause Of The Malfunction When Applicable date And Time The Repair/preventive Maintenance Was Completed. security Requirements upon Arrival At The Va Medical Center, All Contractor Personnel Shall Be Required To Report To The Va Medical Center Police For A Temporary Id And Then To The Cor For Check-in. This Check-in Process Is Mandatory. When The Service Is Completed, The Personnel Shall Be Required To Check Out With The Cor Or Biomedical Engineering Shop Supervisor. exposure To Blood Borne Or Infectious Material there Is A Potential For Exposure To Blood Borne Or Other Infectious Material With Equipment Throughout The Medical Centers. All Maintenance Persons Must Use The Universal Precautions (e.g., Decontamination Of Medical Equipment, Wearing Protective Gloves, Aprons, And Goggles) During Cleaning And Maintenance/repair Procedures. test Equipment the Contractor Shall Provide The Cor Or Alt Cor With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor In The Performance Of This Contract. Test Equipment Calibration Shall Be Traceable To A National Standard. identification, Parking, Smoking, And Va Regulations contractor S Personnel Shall Wear Visible Identification At All Times While On The Premises Of The Va. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From Va Police Service. Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not Local District, State, Or Municipal Court. smoking Is Prohibited Inside All Va Buildings. definitions/acronyms co Contracting Officer cor Contracting Officer S Representative esr - Engineering Service Report - Documentation Provided By The Vendor Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. fse - Field Service Engineer - A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Avahcs Premises. nfpa - National Fire Protection Association. oem Original Equipment Manufacturer. osha Occupational Safety And Health Administration. pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Inoperative Conditions. unscheduled Repairs Emergency Services Required To Restore Equipment To Working Condition Outside Normal Hours Of Coverage. ul Underwriter S Laboratories it Security Requirements va Information Technology Certification And Accreditation Requirements Apply. the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
Corrigendum : Closing Date Modified
United States
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.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type||dfas|n00383|dcma|dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days Upon Notice Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Amendment Is To Extend The Solicitation Period To 24 Jan 2025. this Requirement Is For The Repair Of The Items Herein Thissolicitation. repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: ## ____ Days After Receipt Of Asset. Throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. Induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications)related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: indicator,horizont, ;133000-29; P/n, ;6605015591172; Nsn, ;oem Tech Drawings; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. indicator,horizont, ;canadian Commercial Corp; Company Name , ;350 Rue Albert Street Suite 700, Ottawa K1a Os6 Canada; Address , ;98247; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Details: Statement Of Work 1. Title: Boiler Plant Instrumentation Calibration, Combustion And Tune, Device Testing And Motor Vibration Analysis Services To Support The St. Cloud Va Health Care System. 2. Overview: The Contractor Shall Provide Boiler Safety Device Testing, Tuning, Inspection, Calibration Of Boiler Plant Equipment, Burners, Controls, Instruments At The Frequency Described On The Schedule Below. 3. Definitions: a. Co Contracting Officer b. Va Department Of Veterans Affairs c. Vahcs St. Cloud Va Health Care System d. Vatr Veterans Affairs Technical Representative e. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors, Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. St Cloud, Mn 56303 period Of Performance: this Contract Will Be A Single Award, Firm Fixed Price Service Contract For 1 (one) Base Year From With 4 (four) Option Years. qualifications And Special Certifications: certified Technicians Shall Have Completed At Least A One-year Trade School And Have Five Years Successful Experience In This Field. The Experience Shall Be Largely With Institutional And Industrial Boiler Plants Similar In Design To The Vahcs Plant. the Vahcs Facility Manager/engineer May Define And Accept Equivalent Qualifications. technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: nfpa 85, Boiler And Combustion Systems Hazards Code. vha Boiler Plant Safety Device Testing Manual, Most Current Edition. technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, To Calibrate All Instruments, Gauges, And Transmitters As Required Herein. All Must Be Calibrated Within One Month Prior To Test P-1 And P-4, Or Recalibration Must Be Completed. at Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. any Anticipated Sub-contracting Work Shall Be Presented In A Sub-contracting Plan, Which Is To Include The Identity Of The Sub-contractor Who Will Be Performing The Work. The Co And The Vatr Must Approve, In Writing, Any Sub-contract Work Prior To Its Commencement. the Contractor Shall Provide Experience, Past Performance, And References With Their Bid Submission. regulations / Directives / Policies: vha Directive 1810, Boiler And Boiler Plant Operations (most Current Version) vha Boiler Plant Safety Device Testing Manual (most Current Version) master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning. nfpa 85 - National Fire Protection Association. Boiler And Combustion Systems Hazards Code (most Current Edition) boiler Safety Device Testing Data Sheet combustion Performance Data Sheet compliance With All State, Federal, And Local Laws scope Of Work: the Contractor Shall Provide All Transportation, Lodging, Meals, Labor, Personnel, Equipment, Tools, Materials, And Any Resources Necessary To Provide The Following Services. Semiannual Boiler Combustion And Tune, Semiannual Instrument Calibration To Include All Associated Instruments, Semiannual Motor Vibration Analysis, And Annual Safety Device Testing. special Notes: Only One Boiler Is Allowed To Be Offline For Testing/tune Purposes At A Time! if A Boiler Plant Emergency, Site Emergency, Or National Emergency Develops, Contractor Will Cease Testing At The Request Of Site Personnel. boiler Performance Testing: p1 Through P4 Shall Be Completed In Accordance With Vha Directive 1810 (most Current Edition) And Vha Boiler And Associated Plant Safety Device Testing Manual (most Current Edition) p-1 - Semiannual Boiler Combustion And Tune p-2 - Semiannual Instrumentation Calibration p-3 - Semiannual Motor Vibration Analysis p-4 - Annual Safety Device Testing tests Will Follow Vha Boiler Plant Safety Device Testing Manual Procedures Verbatim. technicians Shall Provide All Tools, Equipment, And Labor Necessary To Perform Inspection, Testing, Calibrating, And Adjustments Of Burners And Boiler And Boiler Plant Controls As Specified Below. this Shall Be Done Every Six Or Twelve Months In Accordance With A Schedule Provided By Vahcs. instrumentation, Monitoring, And Data Management Systems As Listed Per Directive 1810 Appendix B Table 2 Number 10 Shall Be Calibrated Every Six Months. provide At Least Two Weeks Notice To The Boiler Plant Supervisor Prior To Performing The Work. work Must Be Conducted When The Boiler Plant Supervisor Or His/her Designate Is Available On Site To Monitor The Work. during Normal Business Hours Unless Approved By The Boiler Plant Supervisor. vahcs Will Have The Boilers That Are To Be Serviced Prepared For The Technicians Upon Their Scheduled Arrival. this Includes Having The Boilers Clean Of Soot And Loose Scale; Fully Warmed And At Normal Steam Pressure; Steam Exhaust Silencer System Operable. performance Testing Of Boiler, Burner, Economizer (if Provided), Combustion Control, Boiler Plant Instrumentation To Be Done In Accordance With Va Master Construction Specifications, Office Of Construction And Facilities Management Til (technical Information Library) Division 23. perform Overall Visual Inspection Of Systems. Observing Any Minor Or Major Deficiencies Before Administering Test Procedures. verify That Systems Comply With Referenced Code And Vahcs Requirements. perform Tests On Each Boiler On All Main Burner Fuels. operate Burner(s) On Each Fuel From Low Fire To High Fire And Back To Low Fire In At Least Twelve Increments And Record Combustion Performance, Flue Gas Oxygen, Carbon Monoxide, Nox, Fuel Train Pressures, Atomizing Train Pressures, Burner Pressures, Combustion Air Temperature, Flue Temperatures And Boiler Steam Output. if Required By Local Emissions Authorities, Provides Services Of Testing Firm To Determine Nox And Carbon Monoxide. Test Firm Shall Be Acceptable To Emissions Authorities. note: If Nox Emissions Limits Are Applicable, List The Method Of Testing That Is Required By Local Authorities If It Differs From The Method Listed. nox Emissions Shall Be Tested With Electronic Analyzer Reading In Parts Per Million. Analyzer Shall Be Calibrated With Certified Test Gas Within Three Months Prior To Use. Analyzer Shall Be Accurate To Plus Or Minus 5% Of Reading. test No. P-1: Combustion And Tune operate Boiler On Each Fuel, With Economizer (if Provided) In Service And Record Data For At Least Twelve Evenly Spaced Steam Loads From Low Fire Start To 100% Of Full Steam Output, And In The Same Sequence Back To Low Fire. demonstrate Performance And Efficiency Required By Paragraphs Under Articles, Boiler, Burner And Fuel Trains, And Economizer. demonstrate Proper Operation Of Combustion Controls, Draft Control (if Provided), Feed Water Level Controls, And Instrumentation Systems (section 23 09 11, Instrumentation And Control For Boiler Plant). when Flue Gas Oxygen Trim Is Provided, Conduct Tests With Trim Control On Manual At The Zero Trim (null) Position (section 23 09 11, Instrumentation And Control For Boiler Plant). after Completion Of Tests With Trim Control On Manual Control, Repeat The Tests On One Fuel With The Trim Control On Automatic Control. test No. P-2: Calibration check Current Draw Of Forced Draft Fan Motor At Startup And At 100 Percent Of Maximum Boiler Load. current Draw Shall Not Exceed Full Load Current Stamped On Motor Nameplate. this Test May Be Combined With Test No. P-1. list Of Instrumentation And Controls To Be Inspected And Calibrated: (yokogawa, Rose Mount, Cleaver Brooks, Mcdaniel, Trerice, Setra, Ashcroft, Ari Industries Inc, Siemens.) steam Flow Transmitters (all). steam Flow Recorders/computer Readout. flue Gas Oxygen Sampling, Analyzing And Recorder/computer Readout. boiler And Economizer Stack Temperature Transmitters And Recorder/computer Readout. master Steam Pressure And Combustion Controllers. boiler Outlet Draft Controllers. boiler Water Level Controllers. feedwater Deaerator And Condensate Storage Tank Water Level Controllers Including Overflow. all Pressure And Temperature Sensors, Gauges, And Transmitters. test Methods: utilize Permanent Instrumentation Systems For Data. All Systems Shall Be Operable And In Calibration. utilize Portable Thermocouple Pyrometer Furnished And Retained By Contractor To Measure Stack Temperature As A Verification Of Permanent Stack Temperature Recorder. use Portable Electronic Flue Gas Analyzer To Determine Constituents Of Flue Gas. analyzer Shall Be Capable Of Measuring Oxygen In Percent With Accuracy Of Plus Or Minus 0.5 Percent Oxygen And Carbon Monoxide In Parts Per Million (ppm) With Accuracy Of Plus Or Minus 5 Percent Of Reading (range 0-l000 Ppm). obtain Oxygen And Carbon Monoxide Readings At Each Test Point. calibrate Instrument With Certified Test Gases Within Three Months Prior To Use And Immediately After Analyzer Cell Replacement. in Test No. P-1 Retain Boiler At Each Load Point For A Time Period Sufficient To Permit Stabilization Of Flue Gas Temperature And Other Parameters. steam Loads For Tests May Be Furnished By The Hospital Systems, By Operation Of The Steam Silencer Vent System, Or By A Combination Of The Above. utilize Dry Bulb And Wet Bulb Thermometers Furnished And Retained By Contractor For Checking Combustion Air. smoke Testing Shall Be By Visual Observation. if Smoke Density Monitor Is Not Provided, Utilize Bacharach Model 21-7006 Smoke Test Kit. if There Is Disagreement With The Results Of These Tests, Provide Qualified Observation Person And Tests In Compliance With Epa Reference Method 9 (cfr 40, Part 60, Appendix A). an Additional Efficiency Test Will Be Required, Conforming To Asme Performance Test Code Ptc 4, If The Boiler Efficiency Determined In The Test P-1 Above, Does Not Comply With Requirements. utilize Asme Test Forms Ptc 4.1.a, 4.1.b, And The Abbreviated Input-output And Heat Balance Methods. compare The Combustion Performance Data With Vahcs Requirements And Previous Readings. (flue Gas Oxygen, Carbon Monoxide And Nox). if Necessary, Make Adjustments To The Fuel, Combustion Air Controllers, And Fgr Controller And Damper To Obtain The Required Performance. record The New Performance Data. Flash S.d. Card With New Tune. p-3: Motor Vibration Analysis check Vibration Of All Electric Motors In The Boiler Plant: Burner Fans, Feed Water Motors, And Condensate Motors. Total Of 9 Motors. equipment List: description type make model/serial Number year boiler 1 fire Tube cleaver Brooks 200-600-200 2008 boiler 2 fire Tube cleaver Brooks 200-600-200 2008 boiler 3 fire Tube cleaver Brooks 200-600-200 2008 boiler 4 fire Tube cleaver Brooks 200-400-200 2008 da Tank industrial Steam stamp # 13194 2008 surge Tank industrial Steam stamp # 13138 2008 va Technical Representatives: Primary: Boiler Plant Supervisor, 320-252-1670 Ext. 6829 Alternate: Lead Plant Operator, 320-252-1670 Ext. 6347 11. Schedule: contractor Shall Perform On-site Services During Normal Business Hours, 8:00 Am To 4:30 Pm, Monday Through Friday, Excluding Federal Holidays, Unless Otherwise Coordinated With The Vatr. if A Holiday Falls On Sunday, The Following Monday Will Be Observed As The Legal Holiday. If A Holiday Falls On Saturday, The Preceding Friday Is Observed As A Legal Holiday. the Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1 Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 4 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Day December 25 Any Additional Federal Holiday Declared By The President Of The United States the Contractor Shall Coordinate With The Vatr For An Agreed Upon Work Schedule To Determine When Services Can Be Performed. work May Be Required To Be Performed Outside Of Normal Duty Hours If Mutually Agreed Upon By The Vatr Or Designate And Contractor. Any Work Resulting In Hours Outside Of 8:00 Am To 4:30 Pm Ct Because Of Operational Impacts Shall Occur At No Additional Expense To The Government. the Contractor Shall Provide A Minimum Of 48-hour Notice Of Any Schedule Changes. schedule: description type make model Number Serial Number year type Of Service testing Month(s) boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks 200-600-200 200-400-200 2008 instrument Calibration april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 safety Device Testing october november boiler # 1-3 Boiler # 4 fire Tube cleaver Brooks 200-600-200 200-400-200 2008 combustion Tuning april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 motor Vibration Analysis april - May October - November 12. Reporting Requirements: performance Data Reports: The Contractor Shall Develop And Submit To The Government For Approval, A Written Report For Instrumentation And Calibration, And Vibration Analysis Within Ten (10) Calendar Days After Contract Award. the Contractor Shall Submit Completed Required Reports On All Services To The Vatr Within Fifteen (15) Business Days From The Completion Of Services. at A Minimum, The Report Shall Contain: device Description And/or Model Number date(s) Of Services method equipment Inspection Checklist And Comment Section For Identifying System Defects name And Signature Of Service Technician defects/deficiencies (if Applicable) combustion Performance Data Sheet 13. Service Label: after A Calibration/testing/inspection/analyzed Service Has Been Accomplished For Each Device, A Service Label Shall Be Placed Conspicuously, Readily Accessible, Visible, And Legible, On The Device In The Immediate Vicinity Of The System Tag Or Existing Device Label. the Label Shall Be Writeable And Made Of Heat Resistant, Self-destructing Material With Self-sticking Adhesive On The Back. the Label Shall Be Pre-printed With The Following Information: company Name Or Identifier (logo) With The Company S Full Address technician Name (signature Line) all Information Pertaining To Complete Date Of Service: Year, Month, Day. this System Has Been: Inspected Or Certified all Information Pertaining To Next Service Due: Days And Years. this Information Shall Be Clearly And Permanently Affixed To The Label Capable Of Withstanding The Elements. 14. Safety Requirements: safety Requirements And Reporting: the Contractor Is Solely Responsible For Compliance With All Federal, State, And Local Laws, The Occupational, Safety And Health Act (osha) (public Law 91-596) And The Resulting Standards, Osha Standards 29 Cfr 1910 And 1926, As Applicable And Shall Perform All Work In A Safe Manner As Required By These Standards. the Contractor Shall Implement An Occupational Safety And Health Plan To Ensure The Safety Of Their Personnel, As Well As The Protection Of Government Personnel And Property. Additionally, The Contractor Is Responsible For The Safety And Health Of All Sub-contractor Employees. the Contractor Shall Provide A Verbal Report To The Co Within 24 Hours Of An Accident Resulting In Injury, Death, Occupational Disease, Or Adverse Environmental Impact. the Contractor Shall Provide A Completed Copy Of Required Accident Investigation Reports To The Co Within Five Calendar Days Of Each Occurrence. safety: the Contractor Shall Have In Place A Documented And Comprehensive Health And Safety Program To Ensure All Shredding Activities Are Provided In A Safe And Secure Manor. 15. Security Requirements: badges: contractor And/or All Sub-contracted Personal Are Required To Always Wear And Have Visible A Contractor Badge. badges Are Issued By Facilities Management (fm), B-3, Second Floor. Fm Office Hours Are Monday Friday, 8:00 Am 4:30 Pm. the Contractor Shall Be Required To Obtain And Display Identification Badges For All Employees Requiring Access To The St Cloud Va Facility. these Badges Will Be Government Furnished And Issued To Contractor Employees Upon Initial Entry, Under Contract. identification Shall Be Always Worn On The Outer Clothing Between The Neck And Waist On The Front Of The Body And Visible With The Contractor S Name Plainly Displayed. loss Of A Contractor Badge Shall Be Reported To The Vatr No Later Than The Following Workday. There Is A $30.00 Fee For A Lost Badge. all Contract Personal Shall Be Checked In By Facilities Management (fm) Located In Building 3, Second Floor. contractor Personnel Will Be Escorted By Va Staff. 16. Damage To Government Equipment And Property: the Contractor Shall Take All Necessary Precautions To Prevent Damage To Government Equipment And Property. the Contractor Shall Report Damage Of Government Property Or Equipment To The Contracting Officer And/or Vatr Within 24 Hours Of The Incident. 17. Invoicing: the Contractor Shall Submit Invoice(s) In Arrears After The Services Have Been Completed. invoice Shall Include, But Not Limited To: contract Number purchase Order (po) Number (changes Each Option Year) date Of Service location description quantities 18. References: reference Upon Request 1 - Master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning attachments: 1 - Vha Directive 1810, Boiler And Boiler Plant Operations 2 - Vha Boiler Plant Safety Device Testing Manual -most Current Edition 3 - Combustion Performance Data Sheet 4 Safety Device Testing Data Sheet
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3) At Brgy. Sapang 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Three Million Seven Hundered Thousand Pesos (3,700,000.00) Being The Abc To Payments Under The Contract For Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang/ Itb-2025-odpap-12. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3) At Brgy. Sapang. Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang. With Project Identification Number Itb-2025-odpap-12. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P3,700,000,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until July 17, 2025, Thursday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 74,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 185,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Thursday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.8 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Multi-purpose Building (daycare Center) (san Jose) 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Five Hundered Thousand Pesos (1,5000,000.00) Being The Abc To Payments Under The Contract For Construction Of Multi-purpose Building (daycare Center) (san Jose)/ Itb-2025-20% Df-08. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The For Construction Of Multi-purpose Building (daycare Center) (san Jose).completion Of The Works Required 150 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Multi-purpose Building (daycare Center) (san Jose). With Project Identification Number Itb-2025-20% Df-08. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P 1,500,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until May 18, 2025, Sunday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Multi-purpose Building (daycare Center) (san Jose) 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Multi-purpose Building (daycare Center) (san Jose) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 30,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 75,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 18, 2025, Sunday (150 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Multi-purpose Building (gym) (brgy. Hilera) 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of Two Million Three Hundered Thousand Pesos (2,3000,000.00) Being The Abc To Payments Under The Contract For Construction Of Multi-purpose Building (gym) (brgy. Hilera) (gym)/ Itb-2025-20% Df-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera).completion Of The Works Required 180 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera). With Project Identification Number Itb-2025-20% Df-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P 2,300,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until June 17, 2025, Tuesday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 46,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 115,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until June 17, 2025, Tuesday (180 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+2Road Construction, Drainage Work
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Drainage And Road Shoulder (brgy. Dampulan) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (4,500,000.00) Being The Abc To Payments Under The Contract For Construction Of Drainage And Road Shoulder (brgy. Dampulan)/ Itb-2025-odpap-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) . With Project Identification Number Itb-2025-odpap-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P4,500,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until July 18, 2025, Friday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 90,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 225,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Friday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 4.5 Million (USD 77.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehablitation Of Boudary Arch 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Six Hundered Thousand Pesos (1,600,000.00) Being The Abc To Payments Under The Contract For Concreting Of Road Brgy. San Jose/ Itb-2025-20% Df-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. Completion Of The Works Required 150 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. With Project Identification Number Itb-2025-20% Df-05. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 1,600,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts A.subcontracting Is Not Allowed. 8.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until May 19, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehablitation Of Boudary Arch. 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Projectrehablitation Of Boudary Arch. 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 32,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 80,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 19, 2025 (150 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
5951-5960 of 6030 archived Tenders