Website Tenders
Website Tenders
European Stability Mechanism ESM Tender
Services
Others
Luxembourg
Details: Title: Provision Of Consultancy Services
description: The Esm Is Launching A Dynamic Purchasing System (dps) As Defined In The Esm Procurement Policy For Consultancy Services. Candidates Can Apply To The Dps At Any Time During The Validity Of The Dps, Which Is 4 Years. The Selected Candidates Will Sign A Framework Agreement With Esm With An End Date Of 30/04/2029. To Participate, Candidates Need To Be Registered On The Esm Intend Portal (free Of Charge) To Submit Their Application. The Dps Is A Dynamic Procedure Where Candidates Will Be Able To Apply At Any Time While The Dps Is Open. Esm Will Therefore Assess Applications Regularly Without Undue Delay. Esm Is However Informing All Candidates That A First Assessment Will Be Done In A ‘batch’ To Ensure That Framework Agreements Are Signed And Can Start On 01/05/2025. The Esm’s Current Consultant Panel Will Expire On 30/04/2025 Therefore It Is Necessary To Have New Framework Agreements In Place To Replace The Expiring Ones. We Encourage Candidates To Submit Their Application By The 23/01/25 To Ensure Sufficient Time For The Assessment And The Contract Signature Process To Have New Framework Agreements In Place By 01/05/25. The Consultancy Services Are Grouped In Four Categories: Category 1 Financial Services, Category 2 It Services, Category 3 Corporate Services, Category 4 Banking And Economic Services. Each Category Is Composed Of Various Disciplines. Candidates Can Bid For One Or Multiple Disciplines. All Procurement Documents Are Available On The Esm Website And The Esm E-procurement Tool (intend).
Closing Date30 Apr 2029
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: Nsn 0r-1680-016662269-v2, Ref Nr 940-0431-001, Qty 23 Ea, Delivery Fob Origin. The Design Of This Part Is Unstable. Engineering, Manufacturing, Or Performance Characteristics Indicate That The Required Design Objectives Have Not Been Achieved. Major Changes Are Contemplated Because The Part Has A Low Process Yield Or Has Demonstrated Marginal Performance During Tests Or Service Use. These Changes Will Render The Present Part Obsolete And Unusable In Its Present Configuration. Limited Acquisition/repair From The Present Source Is Anticipated Pending Configuration Changes. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
Closing Date24 Feb 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zds Imo Projects (cluster 1) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-egpipcluster12025-026 (infra) Project Name : Zamboanga Del Sur Imo Projects Contract Location : Zamboanga Del Sur Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 1) Approved Budget For The Contract (abc) : Php 141,525,729.76 Contract Duration : 240 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : January 29 – February 19, 2025 At 8:30 Am Pre-bid Conference : February 7, 2025 At 9:00 Am Submission Of Bids : February 19, 2025 At 8:30 Am Opening Of Bids : February 19, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting January 29 – February 19, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 07 February 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 19 February 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/toc-iivk-vxj Opening Of Bids : Https://meet.google.com/mye-pird-zdw 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “medium B” Category: “a”, Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works). Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 9 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 9 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 9 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Compressor 160 Cfm 3 Generator Set 15kva 3 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Welding Machine 300a 9 Concrete Mixer 1-bagger 3 Concrete Vibrator 5hp 3 Butt Fusion Machine Up To 2” Diameter 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date19 Feb 2025
Tender AmountPHP 141.5 Million (USD 2.4 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Drainage Structure At Talon-talon Loop Road, Barangay Talon-talon, Zamboanga City 1. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office, Through The Gop Cy 2024 Intends To Apply The Sum Of Php28,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24ja0176– Construction Of Drainage Structure At Talon-talon Loop Road, Barangay Talon-talon, Zamboanga City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Drainage Structure At Talon-talon Loop Road, Barangay Talon-talon, Zamboanga City Contract Id No. : 24ja0176 Locations : Zamboanga City Scope Of Works : Construction Of Drainage Structure Approved Budget For The Contract : 28,950,000.00 Contract Duration : 256 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d (size Range – Small B) For General Engineering -2 (irrigation And Flood Control). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office And Inspect The Bidding Documents At Mcll Highway, Divisoria, Zamboanga City During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 1, 2025 Up To The Date Of Opening Of Bids From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php25,000.00. 7. 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. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangacity@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 @ 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 12, 2025 @ 10:00am At Bac, Dpwh-zc2nd Deo Mcll Highway, Divisoria, Zc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Bidders May Visit @www.youtube.com/@zamboanga_city_deo For The Livestreaming During Opening Of Bids. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Teresita F. Marquez Head, Bac Secretariat Tel: 984-245 Carolyn M. Orbecido Bac - Chairperson 984-245
Closing Date12 Feb 2025
Tender AmountPHP 28.9 Million (USD 495.1 K)
Municipality Of Siocon Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Invitation To Bid For The Rehabilitation/concreting Of Pisawak – Bulacan – New Lituban – Makiang – D. Riconalla - Tabayo Farm To Market Road Identification No.: Prdp-su-ib-ro09- Zdn-002-sio-001-2023-fmr Loan No. 9577-ph January 9, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Rehabilitation/concreting Of Pisawak – Bulacan – New Lituban – Makiang – D. Riconalla - Tabayo Farm To Market Road, Subproject Id No. Prdp-su-ib-ro09-zdn-002-sio-001-2023-fmr. 2. The Municipal Government Of Siocon, Zamboanga Del Norte, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Rehabilitation/concreting Of Pisawak – Bulacan – New Lituban – Makiang – D. Riconalla - Tabayo Farm To Market Road. Completion Of The Works Is Required By 662 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 In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Estimated Project Cost For This Project Is Three Hundred Ninety-seven Million Eight Hundred Sixteen Thousand Pesos (php 397,816,000.00). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Municipal Government Of Siocon, Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office Ix (rpco Ix) With Address At Izres, Research Complex, Sanito, Ipil, Zamboanga Sibugay And At The Prdp Project Support Office Mindanao (pso Mindanao) With Address At Alvarez Building, Angliongto Sr. Avenue, Lanang, Davao City And At The National Project Coordination Office (npco). A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 9, 2025 From The Address Below, Prdp Rpco-ix Or Prdp Pso Mindanao And Upon Payment Or Depositing To The Municipality Of Siocon, Zamboanga Del Norte, Land Bank Of The Philippines With Savings Account Number 01252-1139-47 A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Serves As Your Proof Of Payment The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Other Online Payment Channels Serves As The Proof Of Payment. Digital Payment Shall Mean Payment Using The Likes Of Paymaya, Iaccess, Smart Money, Gcash, Coins.ph And Other Means Of Digital Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://tinyurl.com/dedsioconzdn. As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 5. The Municipal Government Of Siocon, Zamboanga Del Norte Will Hold A Pre-bid Conference On January 28, 2025 At 9:00 A.m. At The Conference Room, 3rd Floor, Municipal Hall, Poblacion, Siocon, Zamboanga Del Norte Which Shall Be Open To All Interested Parties. 6. Bids Must Be Duly Received By The Bac Secretariat At The Mpdc Office, Poblacion, Siocon, Zamboanga Del Norte On Or Before February 11, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Securing Declaration. Bids Will Be Opened On February 11, 2025 At 9:00 A.m. At The Mesa Burger Haus Convention Hall, Poblacion, Siocon, Zamboanga Del Norte. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipal Government Of Siocon, Zamboanga Del Norte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Engr. Nova Andree F. Campaner Bac Secretariat, Bids And Awards Committee Siocon, Zamboanga Del Norte Mobile No.: 09364742189 Engr. Wil Embert R. Tan Chairperson, Bids And Awards Committee
Closing Soon11 Feb 2025
Tender AmountPHP 397.8 Million (USD 6.8 Million)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: Nsn 7r-1680-015177573-v2, Ref Nr 901-036-136-105, Qty 2 Ea, Delivery Fob Origin. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|3|374|clin 0001ab |2|374||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|tbd|w25g1u Qty 3; W62g2t Qty 2|tbd|n/a|n/a
|n/a|n/a|n/a|n/a|n/a||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
equal Opportunity 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||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||x||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
3.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 Inthe 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.
4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead.
5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility.
6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy
program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,linear,direct Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;78062 21338-001;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date5 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Expression Of Interest
gainesville, Fl
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For Approximately
226,102 American National Standards Institute/building Owners And Managements Association (ansi/boma) Square Feet (aboa Sf) Yielding A Not To Exceed Amount Of 254,364
rentable Square Feet (rsf) Of Outpatient Clinic Space In The Area Of Gainesville, Fl.
note: This Is A Readvertisement Of A Previously Posted Expression Of Interest Request. All Interested Parties, Even If They Have Already Submitted An Expression Of Interest In Response To The Previous Posting Must Respond To This Notice.
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Responsibility To Respond Or Answer Any Inquiries Regarding This Advertisement. Respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
request For Information: We Anticipate That Some Proposals May Exceed Current Authorizations. To Assist In Our Market Analysis, We Request That Interested Parties Provide Estimated Price Ranges For Their Potential Offerings.
please Note:
the Current Prospectus Authorization For The Gainesville, Fl Outpatient Clinic Is A Total Unserviced Annual Cost Of $9,657,000.00 For A Lease Term Of Up To Twenty Years.
responses Exceeding The Authorized Amount Will Be Considered For Informational Purposes Only At This Stage.
va May Seek Additional Authorization Based On Market Responses.
no Award Can Be Made Exceeding Authorized Amounts Without Additional Approvals.
general Evaluation Factors That Will Be Considered Include The Following:
location
technical Quality
delivery Schedule
offeror S Qualifications And Past Performance
operations And Maintenance Plan
socio-economic Status
present Value Price
disclaimer: This Eoi Does Not Commit The Government To Any Course Of Action.
data Usage: Information Provided Will Be Used For Market Research Purposes.
contracting Office Address:
mr. Johnathan Taylor
united States Department Of Veterans Affairs (va)
office Of Construction & Facilities Management
office Of Real Property, (003c1e)
425 Eye Street, Nw
washington, Dc 20001
description: A Seeks To Lease Approximately 226,102 Aboa Sf/not To Exceed 254,364 Rsf Of Space And 1,300 Parking Spaces For Use By Va As A Department Of Veterans Affairs Outpatient Clinic In The Delineated Area Explained Below Within The Gainesville, Fl Area. Va Will Consider Leased Space Located In An Existing Building As Well As Land For New Construction For A Build-to-suit Lease Option.
lease Term: Up To Twenty (20) Years Firm Term.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
northern Boundary: E On Nw 39th Ave, And
southern Boundary: W On Se Wacahoota Rd, N On Sw Williston Rd, W On Sw 85th Ave, And
eastern Boundary: S On Ne Waldo Rd, S On Se Williston Rd, S On Sw 13th St, S On Highway 441 S, And
western Boundary: N On Sw 75th St, W On Sw 24th Ave, N On Sw 91st St, W On W Newberry Rd, N On Nw 98th St
additional Requirements:
offered Space Must Be Located On No More Than Three (3) Contiguous Floors.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered:â Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long/as Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
offered Space Cannot Be In The Fema 100-year Flood Plain.
offered Space Must Be Zoned For Va S Intended Use Or Proof That It Can Be Zoned By The Time Initial Offers Are Due, Is Required.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
loading Dock Or Loading Area Is Required. Freight Elevator Required If Loading Area Is On A Different Level Than The Offered Space. Parking Lot Must Be Able To Accommodate Deliveries By Trucks With Trailers.
structured Parking Under The Space Is Not Permissible.
offered Space Must Be Compatible For Va S Intended Use.
offered Space Will Not Be Considered If Located In Close Proximity To Heavy Industrial Areas.
offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Correctional Facilities (jails Or Otherwise), Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To Public Transportation.
to Be Considered For The Market Survey, All Eoi Submissions Must Include The Following Information, If Applicable, By The Eoi Due Date Described Below:
property Owner Or Owner Representative Contact Information (name, Phone, And Email);
evidence The Owner Representative Has The Authority To Represent The Property Owner;
building Address Or Address/described Location Of The Land;
provide The Location On A Map, Demonstrating The Building Or Land Lies Within The Delineated Area;
description Of Ingress/egress To The Building Or Land From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Providing Evidence Of Floodplain Status;
evidence Of Seismic Compliance Or Willingness To Upgrade;
evidence Of Abbas Compliance Or Willingness To Upgrade;
evidence Of Fire And Life Safety Compliance Or Willingness To Upgrade;
evidence Of Sustainability Standards Or Willingness To Upgrade;
a Narrative And Map Describing Proximity Of The Building Or Land To The Nearest Public Transportation And Major Transportation Routes;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, Parking, And Amenities;
floor Plan Showing The Floor(s) And Aboa Sf Of Proposed Space;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property; And
provide A Statement And Supporting Documentations If Available Showing Any Environmental And/or Cultural/historic Studies Have Been Done On The Property (e.g., Phase I Or Ii Esas, Nepa Environmental Assessments, Or Archaeological Surveys).
set Aside Determination Information:
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Associated Small Business Size Standard, You Must Meet The Requirements Outlined In The Attachment, Entitled, Sdvosb, Vosb, Or Jv Status And Submit The Required Information For A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb).
if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following:â â evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv.â â â if You Do Not Meet These Jv Requirements, As Put Forth By The Small Business Administration (sba) And New Code Of Federal Regulations (cfr) At The Time Of Eoi Due Date, Your Submission Will Be Considered Incomplete And Not Considered.â â
the Joint Venture (controlling Entity) Must Be Able To Clearly Show They Are Capable Based Upon Past Performance On A Project Of Similar Size, Scope Completed, And Complexity.
eoi Due Date: All Interested Parties Must Respond To This Announcement And Provide The Submissions For Consideration No Later Than 4:00pm Et February 14th, 2025.
eoi Submission Format: All Submissions Shall Be Sent Via Email To:
johnathan Taylor
va Contracting Officer
johnathan.taylor5@va.gov
eric Roberts
va Contracting Officer
eric.roberts@va.gov
with A Copy To:
brad Seifert
team Reag (public Properties Llc)
202-652-4192
703-582-1807
bseifert@ppwashdc.com
tim Mazzucca
team Reag (public Properties Llc)
202-246-7349
tmazzucca@ppwashdc.com
market Survey: The Estimated Market Survey Date(s) Is/are April 2025.
request For Lease Proposal: The Estimated Issuance Of The Rlp Is June 2025.
attachment
sdvosb, Vosb Or Jv Status
the Naics Code For This Procurement Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard. Responses To This Notice Will Assist Va S Office Of Real Property (orp) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc Sec. 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
_x_ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
project Requirements: Orp Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Solicitations And Expression Of Interest/sources Advertisements, That Are Made Public Information Via Contract Opportunities On Www.sam.gov.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheet Are Provided Below For Firms To Complete And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement Will Include:
company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And An Organizational Chart Showing The Ownership Percent For Each Individual Of The Sdvosb Or Vosb Firm.
if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following: Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing The Entity Type Is Designated As A Jv. Â
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Small Business Size Standard, You Must Meet The Requirements Out Lined In Accordance With Sba And Any Applicable Grace Period Allowable Under The New Sba Regulations. Sba Has Assumed Control Over The Sdvosb And Vosb Certification Process. Contractors Seeking Sdvosb Or Vosb Verification Must Be Registered On Sba S Website (https://veteranscertify.dba.gov) Notwithstanding Any Applicable Grace Period That Allows A Former Cve.
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Provide Evidence Of Ability To Offer As A Small Business In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System;
a Detailed Summary Describing At Least Two (2) Projects Of Similar Size, Scope Completed, And Complexity In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf (4-page Limit); And
example For Similar Size, Scope, And Complexity:
details Of Structural Systems And Coordination Of The Building With Multiple Stories, Specialized Foundations, And Even Possibly Progressive Collapse Avoidance.
mechanical And Electrical Systems In Relationship To Similar Characteristic In Size.
facility Tiers Of Complexity:
walk Into A Clinic With A Multitude Of Exam Rooms And Admin Spaces.
business Occupancy Or Ambulatory Care: The Level Of Business Use And Number Of Ambulatory Care Occupancy In Nfpa 10 And Life Safety Code.
higher Complexity Departments. Certain Departments Are Higher In Complexity. Sterile Processing, Dental, Endoscopy, Surgery, Pharmacy Clean Rooms, And Radiology (ct Scan/mri).
special Requirements Of Departments For Mechanical Requirements.
experience In The Firm Term Maintenance Of All Of These Spaces. Maintaining The Hvac System Of A Sterile Processing Department To Continue To Have Appropriate Pressurization Throughout The Firm Term Life Of The Lease.
evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions) Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.)
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement Is Attached.
capabilities Statement
submission Checklist And Information Sheet
gainesville, Fl Opc
company Name:
company Address:
experian Business Identification Number (bin):
point Of Contact:
phone Number:
email Address:
the Following Items Are Attached To This Capabilities Statement:
company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And Organizational Chart;
evidence Of Sdvosb Or Vosb Registration Status Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/;
to Be Considered A Jv, Please Attach Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv.
evidence Of Ability To Offer As A Small Business Under Naics Code 531120 And Listing In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System;
a Summary Describing At Least Two (2) Projects Of Similar Size And Scope Completed In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf. (4-page Limit); And
evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.)
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Three (3) Pages.
submitted By: ____________________________________
(print Name And Title)
____________________________________
Closing Date14 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Guiwan-tugbungan-divisoria By-pass Road Package 1, Zamboanga City 1. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office, Through The Gop Cy 2024 Intends To Apply The Sum Of Php96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24ja0167– Construction Of Guiwan-tugbungan-divisoria By-pass Road Package 1, Zamboanga City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Guiwan-tugbungan-divisoria By-pass Road Package 1, Zamboanga City Contract Id No. : 24ja0167 Locations : Zamboanga City Scope Of Works : Construction Of By-pass Road Approved Budget For The Contract : 96,500,000.00 Contract Duration : 322 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B (size Range – Medium A) For General Engineering -1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridge). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office And Inspect The Bidding Documents At Mcll Highway, Divisoria, Zamboanga City During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 Up To The Date Of Opening Of Bids From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. 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. 8. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025 @ 2:00pm At Bac, Dpwh-zcdeo Mcll Highway, Divisoria, Zc, Prospective Bidders Must Attend Or Send Technical Staff As Their Representative. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangacity@dpwh.gov.ph For Electronic Submission On Or Before January 27, 2024 @ 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 27, 2024 @ 10:00am At Bac, Dpwh-zc2nd Deo Mcll Highway, Divisoria, Zc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Bidders May Visit @www.youtube.com/@zamboanga_city_deo For The Livestreaming During Opening Of Bids. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways - Zamboanga City 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Teresita F. Marquez Head, Bac Secretariat Tel: 984-245 Carolyn M. Orbecido Bac - Chairperson 984-245
Closing Soon4 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
8971-8980 of 10000 active Tenders