Website Tenders

Website Tenders

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 9.6 Million (USD 164.9 K)
Details: Description The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Nine Million Six Hundred Forty-four Thousand Eight Hundred Sixty-six Pesos & Eighty-four Centavos Only (php 9,644,866.84) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Infra-ncb-cbimo-35-25 Name Of Project : Capanaoan Communal Irrigation System Location : Sta. Praxedes, Cagayan Description Of Project : Construction Of Chb Canal Lining @ Mc (sta.0+527.7 To Sta. 0+581 , Sta.0+752.65 To Sta. 0+921.20, At Lateral A (sta. 0+000 To Sta. 0+647) And Construction Of Canal Structures For Capanaoan Communal Irrigation System, Sta. Praxedes, Cagayan Approved Budget For The Contract : Php 9,644,866.84 License Category : Category “c & D” In General Engineering Size Range : Small “b” In Irrigation Fund Source : Repair Of Cis For Cy 2025 Contract Duration : 120 Cd. Bid Documents Fee : Php 10,000.00 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 5. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 6. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On February 07, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 19, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 8. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 19, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within January 28, 2025 To February 18, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 12. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 14. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph January 27, 2025 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n7m2.9|bsr|n/a|jacob.t.davis18.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| time Of Delivery (june 1997)|20|all Items On Schedule|8|365 Days|||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combination Invoice And Receiving||to Be Determined|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||to Be Determined|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| critical Safety Item (aug 2011)|4|see All Items On Schedule|||| contractor Purchasing System Administration-basic (may 2014)|1|| authorized Deviations In Clauses (nov 2020)|2||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|333618|1500 Employees||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|333618|1500 Employees|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|email And Neco Only| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7|||||||| type Of Contract (apr 1984)|1|firm Fixed Price| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Purpose Of This Ammendment Is To: 1) Extend The Offer Due Date From 2025 January 03 To 2025 February 21. 2) Change Poc From N7m2.9 To Eric B Miller N7m2.6 Eric.b.miller60.civ@us.navy.mil offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Sensor Assy, Esm . 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. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. document Ref Data=mil-std-129 | | |r |180524|a| |03| document Ref Data=mil-hdbk-263 | | |b |940731|a| | | document Ref Data=mil-hdbk-773 | | |a |050630|a| | | document Ref Data=mil-std-1686 | | |c |951025|a| | | document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Sensor Assy, Esm Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 7662247; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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. 3.4 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686. 3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.; 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 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.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: Army Contracting Command- Detroit Arsenal (acc-dta) Intends To Solicit Under Solicitation W912ch-24-0203 For The Procurement Of 10,128 Each, Nsn:1005-01-576-4661, Stock, Gun, Shoulder Under A Firm Fixed Price, Five Year Indefinite Delivery, Indefinite Quantity (idiq) Type Contract Under (far) 16.504. This Solicitation Is A 100% Small Buisness Set-aside. there Is A Licensing Agreement Associated With This Procurement. As Such A Nondisclosure Agreement And Non-use Agreement(special Licenses Rights) Is To Be Signed By Anauthorized Representative Of The Offeror Before The Offeror Is Granted Access To The Technical Data. Reference Section C For The Specifics. this Item Is Export Controlled. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. This Is A Notice Of Intent, Not A Request For Competitive Proposals, Or A Solicitation Of Offers. The Government Does Not Intend To Award A Contract On The Basis Of Information In This Posting Or Information Received As A Result Of This Posting. The Contents Of Any Future Request For Proposal (rfp) Takes Precedence Over This Presolicitation Synopsis Posting. All Responsible Sources Must Be Registered In The Dod’s System For Award Management (sam) System At Https://www.sam.gov And Follow All Other Responsibility Criteria Indicated At Far 9.104. Information On Getting Registered May Be Obtained On The Sam Website. The Solicitation Will Incorporate Export Controlled Technical Data Packages (tdps). Access To The Export Controlled Portion Of The Tdp Will Require Vendors To Be Certified In The Joint Certification Program (jcp). If You Are Not Registered In The Jcp, Or Your Certification Has Expired, Please Mail Dd Form 2345 Https://www.dlis.dla.mil/jcp/forms/dd2345form.pdf To The Following Address: U.s./canada Joint Certification Office Defense Logistics Information Service Federal Center, 74 Washington Ave., North Battle Creek. Mi Usa 49037-3084. Caution: The Solicitation Will Be Issued Electronically As Will Any Amendments Thereto. Because Of This, The Government Is Under No Obligation And Is In Fact Unable To Maintain A Bidders Mailing List. It Is Therefore Incumbent Upon Any Interested Parties To Periodically Access The Above Internet Address In Order To Obtain Any Amendments Which May Be Issued. Failure To Obtain Any Said Amendments And To Respond To Them Prior To The Date And Time Set For Bid Opening/receipt Of Proposals May Render Your Bid Or Proposal Nonresponsive And Result In The Rejection Of The Same.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents 
Details: Request For Information (rfi) innovative Concepts To Increase The Unrefueled Range Of Naval Tactical Aircraft summary the Chief Of Naval Operations (cno) Navigation Plan Identifies The Need For "long-range Precision Fires Across All Domains And Platforms With Greater Reach [to] Enable Naval Forces To Strike Hostile Targets While Increasing Our Own Survivability.” In Support Of This Need, The Naval Air Systems Command (navair) Program Office For F/a-18 And Ea-18g (pma-265) Is Interested In Information On Innovative, Affordable Concepts That May Extend The Unrefueled Range Of Naval Tactical Aircraft (tacair). the Intent Of This Rfi Is To Provide Pma-265 With Initial Insight Into The Existence Of Such Concepts, Their Potential Capability To Extend Platform Range, How The Concept Could Be Integrated Into Naval Tacair, And Any Considerations With Respect To Reliability And Suitability For Carrier-based Flight Operations. A Non-binding Rough Order Of Magnitude (rom) Estimate Of The Costs Required To Reach Technology Readiness Level (trl) 4 Is Also Desired. the Audience For This Rfi Is Industry, Academia, And Government Laboratories. The Rfi Does Not Presuppose A Specific Technology Solution. It Is Meant To Provide Respondents With Broad Latitude To Submit Concepts Across Multiple Engineering Disciplines That Could Provide Extended Range Capability. Example Areas These Concepts May Address Include, But Are Not Limited To, Methods To Increase Lift, Reduce Drag, Increase Fuel Available, Reduce Fuel Usage On The Deck, Increase Engine Performance; And/or Adjustments To Subsystem Integration And/or Architecture Or Advanced Flight Controls. this Rfi Is The First Step Of An Iterative Process Aimed At Understanding Concepts That May Be Able To Meet This Need. Based On The Findings, Additional Rfis May Be Issued In The Future To Continue The Government's Informational Exchange With Potential Solution Providers. content And Format Of Rfi Responses responses Shall Be Provided In Microsoft Powerpoint In A Single Briefing Package Using The Format In Attachment 1 - "slide Formatting Requirements." All Slides Should Include The Company Or Provider’s Logos Or Identifying Information. The Briefing Package Shall Be No More Than Twenty (20) Slides And May Include Speaker Notes. submission And Security Instructions to The Maximum Extent Allowable, Responses Should Be Unclassified. responses Shall Be Submitted Electronically Either Via Email Or Via The Department Of Defense (dod) Secure Access File Exchange (safe) [https://safe.apps.mil] To The Contracts Poc Identified In The Notice. If Respondents Do Not Have A Dod Common Access Card (cac) To Access The Dod Safe Site, They Shall Inform The Contracts Pocs Via Email Of Their Desire To Submit Via Dod Safe, And The Contracts Poc Will Send A Request For Drop-off Via Dod Safe To The Submitter’s Email Address. opportunities To Have One-on-one Discussions With The Government To Ask Questions Are Available, Upon Request. Any Relevant Questions & Answers Resulting From Those One-on-one Discussions Will Be Provided To All Interested Vendors As An Update To The Request For Information. Please Contact Primary Poc For Meeting Availability. all Rfi Submissions Must Be Received No Later Than 120 Calendar Days (january 10, 2025) From Publication Of This Rfi On The System Of Award Management (sam) Website [sam.gov | Contract Opportunities]. Failure To Adhere To This Timeline May Result In Responses Being Returned To The Submitter Without Review/assessment. if A Classifed Response Is Deemed Necessary, The Respondent Shall Contact The Technical Poc Identified Below Who Will Provide Further Instructions. Classified Responses Shall Adhere To The National Industrial Security Program Operating Manual (nispom) Procedures For The Transmittal And Receipt Of Classified Information. government Point Of Contact responses Should Be Provided To The Contracts Poc, Emily Schelling, Emily.d.schelling.civ@us.navy.mil any Questions On The Technical Content Of This Rfi Should Be Directed To The Technical Poc, Matthew Cosner, Pma-265 Science & Technology Lead, Matthew.s.cosner.civ@us.navy.mil With The Contracts Poc On Courtesy Copy (cc). additional Information this Is Not A Request For Proposal (rfp). No Solicitation Documents Exist Or Are Planned At This Time. This Synopsis Should Not Be Construed As A Financial Commitment By The Us Government (usg), Nor Will The Usg Pay For Any Costs Related To The Information Solicited, Provided, Or Proposed. The Government Will Not Provide Any Proprietary Or Classified Information On The F/a-18e/f As Part Of This Rfi. any Information Received As A Result Of This Request That Is Sensitive And/or Propriety To The Responding Organization Will Be Protected As Such. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosures, However It Is Incumbent Upon The Respondent To Appropriately Mark All Submissions. the Government Reserves The Right To Use Information Provided By Respondents To Assist In The Development Of Future Capability, Requirements, Approach, And/or Solution For Extended Tacair Range. In Order To Complete Its Review, Pma-265 Must Be Able To Share The Information Within The Government, Which May Include Contactor Service Support (css) Personnel. Should There Be A Desire For A Non-disclosure Agreement (nda) To Be Implemented If Information Is Shared With The Government Css, Vendors Shall Indicate As Such In Their Response. Any Responses Marked In A Manner That Will Not Permit Such Internal Government Deliberations Will Not Be Assessed. references the Chief Of Naval Operations Navigation Plan (2022). Office Of The Chief Of Naval Operations. Https://media.defense.gov/2022/jul/26/2003042389/-1/-1/1/navigation%20plan%202022_signed.pdf department Of Defense Secure Access File Exchange (dod Safe), Frequently Asked Questions https://dl.dod.cyber.mil/wp-content/uploads/dodsafe/pdf/unclass-dod_safe_faqs_v1.2.pdf dodaf Viewpoints And Models, Us Department Of Defense https://dodcio.defense.gov/library/dod-architecture-framework/dodaf20_viewpoints/ f/a-18e/f Super Hornet. Naval Air Systems Command (navair) Website. https://www.navair.navy.mil/product/fa-18ef-super-hornet technology Readiness Levels (trls), Defense Acquisition University https://acqnotes.com/acqnote/tasks/technology-readiness-level

National Institutes Of Health Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date9 Apr 2025
Tender AmountRefer Documents 
Details: Introduction the National Institute Of Allergy And Infectious Diseases (niaid), National Institutes Of Health (nih), Of The Department Of Health And Human Services (dhhs) Supports Research Related To The Basic Understanding Of Microbiology And Immunology Leading To The Development Of Vaccines, Therapeutics, And Medical Diagnostics For The Prevention, Treatment, And Diagnosis Of Infectious And Immune-mediated Diseases. The Division Of Aids (daids), National Institute Of Allergy And Infectious Diseases (niaid), Is Seeking Proposals From Qualified Offerors To Provide A Comprehensive Quality Assessment Program For Virologic Assays For Hiv, And Other Viral Pathogens. the Current Contract Is Held By Duke University, Durham, North Carolina Under Contract Number 75n93019c00015. The Period Of Performance Of The Current Contract Is June 21, 2019 Through June 20, 2026. description the Purpose Of The Niaid Virology Quality Assurance (vqa) Program Is To Provide A Comprehensive Quality Assessment Program For Virologic Assays For Hiv And Other Viral Pathogens (including Emerging Pathogens And Pandemic Response) Performed On Samples Collected From Participants Enrolled In Niaid-sponsored And Collaborative Multisite Clinical Studies. The Goal Of The Vqa Program Is To Ensure The Validity And Inter- And Intra-laboratory Comparability Of Virologic Laboratory Data By Providing Laboratories With Proficiency Testing (pt) Panels And Real-time Assay Run Controls And Analyzing Pt Panel And Assay Run Data Within Each Laboratory And Across Laboratories Participating In The Program. The Vqa Program Implements Standards Of Performance For New And Existing State-of-the-art Virologic Assays, Develops And Employs Biostatistical Methods Relating To The Assays, And Acquires, Tests, Stores And Dispenses Quality Control Materials (qcms) And Reagents. The Vqa Program Is Critical To The Scientific Integrity Of On-going And Future Studies Concerning Hiv Diagnosis, Pathogenesis, Drug Resistance, And Cure, Including The Assessment Of Vaccine And Treatment Efficacy, Post-exposure Prophylaxis (prep), Other Preventive Measures, And Response To Emerging Viral Pathogens Of Pandemic Potential. the Vqa Has Been In Operation Since 1988 And Has Developed And Standardized Quality Control Procedures For Numerous Virologic Assays In Support Of Niaid-sponsored And Collaborative Clinical Trials. The Vqa Will Continue To Serve Current And Future Niaid-sponsored Clinical Trial Networks, Cohorts, And Collaborating Study Groups (user Groups), As Well As Individual Grantees Conducting Clinical Research. the Contractor Shall Provide Laboratories (labs) Performing Virologic Testing For Niaid-sponsored And Collaborative Clinical Trials With A Comprehensive Quality Assessment Program And Real-time Assay Validation For Virologic Assays For Hiv And Other Viral Pathogens. The Contract Also Provides For The Planning And Execution Of Single And Multi-laboratory Studies For The Evaluation And Development Of New And Existing Virologic Assays And Supporting Statistical Methodologies. Qcms Necessary For This Work Will Be Acquired, Characterized, Stored, Catalogued, And Dispensed As Necessary. This Contract Also Includes Options To Increase Level Of Effort In Support Of: (1) Unanticipated Increases In Demand Related To Support Of Additional Labs; (2) Performance Of Late-stage Assay Validation And/or Testing Of Clinical Samples In A Clia-certified Laboratory; And (3) Response To Emerging Viral Pathogens And Other Public Health Emergency Needs. the Contractor Shall Serve Laboratories Associated With Current And Future Niaid-sponsored Clinical Trial Networks And Collaborating Study Groups. Currently, The Contract Serves Approximately 110 Laboratories, With 55 International Laboratories In 19 Countries. the Government Anticipates A Potential Need To Increase The Level Of Effort By Exercising Options For The Following Additional Support: 1) To Expand The Number Of Laboratories Serviced By The Program During The Period Of The Contract; 2) To Expand Expertise For Similar Services That Address Hiv Related Pathogens And Other Viral Pathogens And 3) To Add A Clia Certified Lab For Late-stage Validation Of Assays For Clinical Testing. anticipated Period Of Performance: It Is Anticipated That One Cost Reimbursement, Term/level Of Effort, Type Contact Will Be Awarded. The Period Of Performance Will Be For One Year (base Period) Plus Six (6) One-year Options To Extend The Term Of The Contract That May Be Exercised By The Government Unilaterally, For A Total Possible Period Of Performance Of Seven (7) Years, Beginning Approximately March 21, 2026. The Requirement Will Be The Delivery Of 10.00 Full Time Equivalents (ftes) Per Year, Including Consultant And Subcontractor Effort, For The Base Period (year 1) And 10.00 Ftes Per Year, Including Consultant And Subcontractor Effort, For Options 1-6 (years 2-7). in Addition, The Government May Exercise Options For An Increased Level Of Effort That May Result From Unanticipated Increases In Demand For The Activities Supported By The Base Requirements Of This Contract. Options For Increased Services May Include: A.options 7-26: Increased Level Of Effort For Additional Labs during The Contract, It May Be Necessary To Incorporate Additional Labs To Support New Niaid-sponsored And Collaborative Clinical Trials. Such An Addition Would Require An Increase In The Contractor's Activities To Be Activated, At The Discretion Of The Government, As An Option. Each Option Of This Type Will Implement Work Commensurate With The Addition Of 5 Labs. These Options May Be Exercised During Years 2 Through 7. Should The Government Elect To Exercise These Options, The Contractor Shall Provide Resources For The Unanticipated Increase In Work Volume By 0.25 Fte, Including Consultant And Subcontractor Effort, To Accommodate These Additional Labs During The First And Each Subsequent Year Of Activation. The Period Of Performance Of An Option For Increased Level Of Effort For This Purpose Will Not Exceed The Term Of The Option Year In Which The Option Is Exercised. B.options 27-32: Increased Level Of Effort For Additional Expertise during The Contract, It May Be Necessary To Develop A Quality Assessment Program For Assays Associated With Hiv-related Viruses And/or Emerging Pathogens That Would Directly Support High Priority Niaid Research Programs. Should The Government Elect To Exercise These Options, The Contractor Shall Provide Resources For The Unanticipated Increase In Work Volume By 1.30 Fte, Including Consultant And Subcontractor Effort, For Each Option Exercised. The Period Of Performance Of An Option For Increased Level Of Effort For This Purpose Will Not Exceed The Term Of Option Year In Which The Option Is Exercised. C.options 33-38: Increased Level Of Effort For The Addition Of Clia Certified Labs during The Contract, It May Become Necessary To Use New And Novel Virologic Assays In Clinical Trials Where Results Will Be Used For Clinical Decisions Within The Trial. This Will Necessitate The Use Of A Clia Certified Laboratory For Late-stage Validation Of The Assay And For Clinical Testing. If Necessary, This Will Be Provided Through The Exercise Of Options To This Contract. Should The Government Elect To Exercise These Options, The Contractor Shall Provide Resources For The Unanticipated Increase In Work Volume By 1.0 Fte, Including Consultant And Subcontractor Effort, For Each Option Exercised. The Period Of Performance Of An Option For Increased Level Of Effort For This Purpose Will Not Exceed The Term Of Option Year In Which The Option Is Exercised. any Responsible Offeror May Submit A Proposal Which Will Be Considered By The Agency. This Rfp Will Be Available Electronically On/about January 9, 2025 And May Be Accessed Through Sam.gov. This Notice Does Not Commit The Government To Award A Contract. No Collect Calls Will Be Accepted.no Facsimile Transmissions Will Be Accepted. for This Solicitation, The Niaid Requires Proposals To Be Submitted Online Via The Niaid Electronic Contract Proposal Submission (ecps) Website. Submission Of Proposals By Facsimile Or E-mail Is Not Acceptable. for Directions On Using Ecps, Go To The Website Https://ecps.nih.gov And Then Click On "how To Submit."

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date5 Apr 2025
Tender AmountRefer Documents 
Details: This Synopsis Is A Pre-solicitation Notice From The U.s. Department Of Commerce, National Oceanic And Atmospheric Administration (noaa), Corporate Services Acquisition Division (csad), Facilities Support Branch notice Id: 1305m4-24-r-0071 this Is A Pre-solicitation Notice Only. project Title: Manchester Campus Addition Construction At The Manchester Research Station In Port Orchard, Washington location: Noaa Nw Fisheries Research Station 7305 E. Beach Drive Port Orchard, Wa 98366 classification And General Information: this Requirement Will Be Issued As A Full And Open Competition the North American Industry Classification System (naics) Code Associated With This Procurement Is 236220, Commercial And Institutional Building Construction. The Small Business Administration Standard Of $45 Million Dollars In Annual Receipts Averaged Over A Business’s Latest Three (3) Complete Fiscal Years Or (except In The Business Loan And Disaster Loan Programs) Five (5) Complete Fiscal Years To Determine The Average Annual Receipts. If A Business Hasn’t Been In Business For Five (5) Years, Multiply Its Average Weekly Revenue By 52 To Determine Its Average Annual Receipts. this Contract Will Be Full And Open, And The Contractor Shall Be Selected By Federal Acquisition Regulation (far) Part 15.1 Source Selection Procedures. This Procurement Will Be Competitive, Utilizing The Tradeoff Process Approach Under The Best Value Continuum (far 15.101). This Process Permits Tradeoffs Among Cost Or Price And Technical Factors. It Allows The Government To Accept Other Than The Lowest Priced Offeror Or Different Than The Highest Technically Rated Offeror. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Significantly More Important Than Cost Or Price. The Best Value Method Is Essential To Evaluate And Compare Costs And Prices To Select The Most Advantageous Offer. The Planned Project Delivery Method Will Result In A Firm- Fixed-price Contract For Construction Services. background Overview: the National Oceanic And Atmospheric Administration (noaa) Has A Requirement For A Campus Addition Construction Project For The Northwest Fisheries Science Center (nwfsc) At The Manchester Research Station (mrs), 7305 Beach Drive East, Manchester, Wa 98353. This Project Constitutes A Ground Up, New Construction Project Of Approximately 24,000 Gsf To Be Located On The Existing Mrs Campus West Of Seattle, Washington, North Of The Town Of Manchester. the National Marine Fisheries Service (nmfs) Northwest Fisheries Science Center Mission Supports The Conservation And Management Of Living Marine Resources And Their Habitats In The Northeast Pacific Ocean. Nmfs Research Assists Resource Managers In Making Sound Decisions That Build Sustainable Fisheries, Recover Endangered And Threatened Species, Sustain Healthy Ecosystems, And Expand Domestic Seafood Production Through Sustainable Marine Aquaculture. project Description - Construction: Generally Described As Follows But Not Limited To: a New, Energy Efficient Facility That Will Include Modern Laboratory Facilities For Data Collection And Research That Focuses On Understanding The Life Cycle Of Marine Species And The Impacts Of Ecosystem Stressors On Anadromous And Marine Fish And Invertebrates. 2. The Facility May Include But Is Not Limited To The Following Program Areas And Facilities: A. Recirculating Aquatic System (fresh And Saltwater) B. Wet Labs C. Dry Labs D. Facility Storage E. Gas Generation F. Freezer Storage G. Office Spaces H. Hatcheries I. Electrical, Mechanical And Communication Spaces J. Site Work Including Utilities, Sidewalks, Parking, Roadways, And Landscaping this Is A New Requirement For Construction Services For The Manchester Campus Addition From A Traditional Design-bid-build Delivery. The Solicitation And Resulting Contract Will Provide The 100% Design Drawings And Specifications For The Manchester Campus Addition Construction Project In Section J. site Visit Information: offerors Will Have The Opportunity To Visit The Site Before Submission Of Their Technical And Price Proposals. The Site Visit Details, To Be Held At The Manchester Research Station (mrs) Facility, Will Be Outlined In The Solicitation Package. Currently The Site Visit Is Projected To Be Held On Or About February 21, 2025. If Applicable, All Required Site Access Information As Outlined In Section J. Must Be Submitted In Accordance With The Solicitation Requirements For Site Visit Entry. project Period Of Performance And Budget: this Project Shall Be Performed By An Experienced General Construction Contractor That Has Performed Similar Work. The Estimated Performance Period Is 700 Calendar Days, Including Base + Optional Clins From Issuance Of Notice To Proceed. Prospective Offerors Are Advised To Thoroughly Review The Entire Solicitation (sf1442 Form) To Gain A Clear Understanding Of The Project's Budget As Specified By The Individual Contract Line Item Numbers (clins). system For Award Management (sam): all Contractors Interested In This Project And Doing Business With The Federal Government Must Be Registered With The System For Award Management (sam): Https://www.sam.gov issuance Of Solicitation With Requirements Information: noaa Anticipates Publishing The Solicitation And Supporting Documents Package On Or About Tuesday, February 4, 2025, With The Offer/receipt Date/time: Friday, April 4, 2025, 12:00 Pm Eastern Time (et) For Phase I And Tuesday, June 17, 2025, 12:00 Pm Et For Phase Ii. The Solicitation Will Be Available Electronically At The S.a.m. Website: Www.sam.gov. No Paper Copies, Faxes, Or Emails Will Be Available. Please Register As An Interested Source To Be Notified Of Amendments, Clarifications, Or Other Changes. Entities (even Those Registered As A Source) Are Responsible For Checking The Sam.gov Website Frequently To Ensure They Have All Available Information. in The Interim The Government Has Elected To Provide A Draft Copy Of The Complete Solicitation On Or About December 10, 2024 (the Draft 100% Design And Specifications Only Are Available As Of November 4, 2024). Once Uploaded, We Encourage Interested Parties To Review These Draft Documents. We Again Want To Emphasize That These Documents Are In “draft” Form And Are Subject To Change Upon Final Solicitation Issuance. Please Note, Referenced Attachments Are Included With This Release. Any Questions Regarding Gaining Access To The Materials Shall Be Directed To Mr. Scott Gebhardt At Scott.gebhardt@noaa.gov And Ms. Ronette C. Mcbean-felder At Ronette.mcbean-felder@noaa.gov. as A Reminder, This Draft Release Is Not A Solicitation For Government Services. Noaa Does Not Anticipate Posting Questions And Responses Or Amendments To This Draft As Would Occur With A Formal Rfp. No Awards Will Be Made From This Draft Release And Any Voluntary Informational Responses Submitted May Be Accomplished Via The Campus Addition Draft Solicitation Information Link. Keeping In Mind, Direct Responses To Informational Queries Or Clarifications May Not Be Made, But At The Government’s Discretion May Be Included In The Resulting Final Solicitation. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Draft Solicitation; All Costs Associated With Responding To This Draft Solicitation Will Be Solely At The Respondent’s Expense. prospective Contractors Must Limit The Dissemination Of This Information To Authorized Users Only. Dissemination Of Information Shall Only Be Made Upon Determining That The Recipient Is Authorized To Receive It. The Criterion For Deciding Authorization Is Need-to-know. Those Who Need To Know Are Those Who Are Specifically Granted Access For The Conduct Of Business On Behalf Of Or With Noaa. This Authority Includes All Persons Or Firms Necessary To Do Work At The Request Of The Government, Such As Architects And Engineers, Consultants, Contractors, Subcontractors, Suppliers, And Others That The Prospective Contractor Deems Necessary To Submit An Offer/bid Or To Complete The Work Or Contract, As Well As Maintenance And Repair Contractors And Equipment Service Contractors.

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: The Federal Bureau Of Prisons (fbop) Is Issuing Solicitation15bfa024b00000028for The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Replace Chillers 1&2 At The Federal Correctional Institution (fci Fairton), Located In Fairton, New Jersey. fci Fairton Is A Federal Correctional Facility Located At 655 Fairton-millville Road, Fairton, Nj 08320. The Work Of Project Is Defined By The Contract Documents And Consists Of The Following: replacing And Upgrading The Existing Trane Centrifugal Chillers 1 And 2 As Well As Replacing Two (2) 25hp Chilled Water Variable Frequency Drives (vfds) And Adaptive Frequency Drives (afd’s) On Each Chiller. See The Statement Of Work/specifications Attachment Included With The Solicitation Posting For The Complete Requirements Of The Work. the Performance Period For The Project Will Be 98 Calendar Days From Issuance Of The Notice To Proceed. the Naics Code For This Requirement Is 238220 With A Corresponding Small Business Size Standard Of $19 Million. Pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $500,000.00 And $1,000,000.00. (note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the Solicitation Will Be Distributed Solely Through The Contract Opportunity Website At Https://www.sam.gov. Hard Copies Of The Solicitation Will Not Be Made Available. The Website Provides Download Instructions. the "sensitive /secure Package Upload" Option Will Be Selected For This Procurement. All Secure/locked Documents Uploaded, To Include The Solicitation, Will Require An Active Sam Vendor Registration To Obtain Access. In Addition, Only Those Vendors Who Have Been Issued A Valid Marketing Partner Identification Number (mpin) From Www.sam.gov Will Be Granted Access. If Your Firm Does Not Have The Naics Code Listed In Www.sam.gov Required For This Solicitation, An Email May Be Forwarded To Your Firm Requesting An Explanation As To Why Your Firm Should Be Granted Access. if You Encounter Problems Accessing These Documents, Please Contact The Federal Service Desk At 866-606-8220. All Future Information About This Solicitation, Including Any Amendments, Will Also Be Distributed Solely Through This Website. Interested Parties Are Responsible For Continuously Monitoring This Website To Ensure That They Have The Most Recent Information About This Proposed Contract Action. important: Any Contractor Interested In Obtaining A Contract Award With The Federal Bureau Of Prisons Must Be Registered In Https://www.sam.gov. In Order To Qualify For Award, Your Business Size Metrics Information Entered In Your Www.sam.gov Sam Registration Must Be Less Than Or Equal To The Size Standard Specified Above. each Bidder's Www.sam.gov Registration Will Be Reviewed By The Government To Confirm That Your Business Size Meets The Small Business Size Standard Requirement. All Bidders Are Urged To Double Check Their Www.sam.gov Registration And Update As Necessary, Including The Size Metrics Information. this Is A 100 Percent Small Business Set-aside.you Must Be Registered In Www.sam.gov As A Small Business (see Far Provision 52.219-1 In The Representations & Certifications Section Of Your Www.sam.gov Registration). pre-bid Site Visit(see Instructions To Bidders): (b) An Organized Site Visit Has Been Scheduled For Wednesday, February 5, 2025, At 9:00 A.m. Local Time (c) Participants Will Meet At 655 Fairton-millville Road, Fairton, Nj 08320 electronic Bid Submission (see Instructions To Bidders): upload Bid Electronically To Jefs App Box:https://jefs.app.box.com/f/9341dfa5b1f84f73aba639c9cb15a232 electronic Bid Opening: held On Microsoft Teams See Instruction To Bidders Section V. Electronic Bid Submission & Bid Opening

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For A Complete Design For Project # 663-22-105 Sea Building 1 Hood Control System At The Va Puget Sound Healthcare System In Seattle, Washington. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $26m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Late March 2025. the Anticipated Period Of Performance For Completion Of Design Is 301 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000 And $2,000,000. Please Note That The Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Kaycee Benson At Kaycee.benson@va.gov And Contracting Officer Ty Draszt At Nco20aesf330@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf . the Sf 330 Submission Is Due By February 7, 2025 By 12pm Pacific Time. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System. the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Kaycee.benson@va.gov With A Courtesy Copy To Ty.draszt@va.gov With The Subject Line Sf 330 Questions - 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System. The Cutoff For Question Submission Is January 17, 2025 By 10am Pacific Time. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: cost Estimator cadd Technician civil Engineer fire Protection Engineer industrial Hygienist mechanical Engineer physical Security Specialist plumbing Engineer project Manager structural Engineer environmental Engineer offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H): the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Expansion And Renovations In Research & Development (r&d) Laboratory Spaces Within Specialty Care Clinics. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In: medical Center Additions And Renovations For R&d Laboratory Spaces, repair Existing Conditions And Issues In The Renovated And New Construction Space provide New Mechanical, Telecommunications, Electrical And Fire Protection, For The New And Renovated Spaces. phasing Of The New Construction And Renovation To Minimize Disruption To The Hospital Which Must Remain Operational Throughout Construction. other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials Sustainable Design Practices And Decommissioning And Coordination. submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than 5 And No Less Than 3 Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient. narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Washington. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Va Puget Sound Healthcare System In Seattle, Washington. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. attachments

BARANGAY BACO, LEYTE, LEYTE Tender

Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Tender Amount Updated
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Republic Of The Philippines Municipality Of Leyte Barangay Baco Leyte -ooo- Invitation To Bid For The Installation Of Solar Streetlight Brgy. Baco, Leyte, Leyte P.r No: 000-01-25 1. The Sangguniang Kabataan Of Barangay Of Baco, Through The Authorized Appropriations Under Sk Fund Intends To Apply The Sum Of Three Hundred Thousand Pesos (php300, 000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Solar Streetlight. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Sangguniang Kabataan Of Barangay Of Baco Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 120cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Sangguniang Kabataan Of Barangay Of Baco And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 2025 From Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos. Bidders Can Make Payments For The Bidding Documents At The Brgy. Treasurer’s Office Of Brgy. Baco, Leyte, Leyte. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic System (philgeps), Provided That The Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 13, 2025, 10:00 O’ Clock In The Morning. 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 February 13, 2025, 10:00 O’ Clock In The Morning At The Brgy. Hall, Brgy. Baco Leyte, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Sangguniang Kabataan Of Barangay Of Baco Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Lea D. Dacallos Bac Chairman/sk Kagawad On Finance

Philippine Institute Of Volcanology And Seismology Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 2.2 Million (USD 39.2 K)
Details: Description Invitation To Bid For "supply And Delivery Of Ict Equipment" 1. The Philippine Institute Of Volcanology And Seismology, Through The Gaa 2025 Intends To Apply The Sum Of Two Million Two Hundred Ninety-five Thousand Pesos Only (₱ 2,295,000.00) Being The Abc To Payments Under The Contract For "supply And Delivery Of Ict Equipment" With The Purchase Request Number 120240905153-0-2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Philippine Institute Of Volcanology And Seismology Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 60 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of The Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organization With The Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To The Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Of Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidder May Obtain Further Information From Philippine Institute Of Volcanology And Seismology And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Not Later Than January 21, 2025 To February 10, 2025 From The Given Address And Website(s) 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 Two Thousand Two Hundred Ninety-five Pesos Only (₱ 2,295.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic 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. Bidder/s Who Opted To Download The Bidding Documents At The Websites Of Philgeps And Phivolcs May Pay Or Deposit The Non-refundable Fee To The Account Of Phivolcs Procurement Related Activities With Account Number 0702-1056-17 At Landbank Q.c Circle Branch And Email The Copy Of The Deposit Slip To The Phivolcs Bac Secretariat And Cashier At Email Address Bac.secretariat@phivolcs.dost.gov.ph And Rosalia.santos@phivolcs.dost.gov.ph. 6. The Philippine Institute Of Volcanology And Seismology Will Hold A Pre-bid Conference At 1:30 Pm Of January 27, 2025 At Phivolcs Bldg., C. P. Garcia Avenue, Up Campus, Diliman, Quezon City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On 1:30 Pm Of February 10, 2025. Bids Will Be Opened In The Presence Of The Bidders' Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By The Bid Security In Any Of The Acceptable Forms And In The Amount Stated In 1tb Clause 14. 9. Bid Opening Shall Be At 1:30 Pm Of February 10, 2025 At Phivolcs Bldg. C.p. Garcia Avenue, Up Campus, Diliman, Quezon City. Bids Will Be Opened In The Presence Of The Bidders' Representative Who Choose To Attend The Activity. 10. The Philippine Institute Of Volcanology And Seismology Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring And Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Phivolcs - Bac Secretariat Philippine Institute Of Volcanology And Seismology C.p. Garcia Avenue, Up Campus, Diliman, Quezon City Telephone Number: (2) 8426-1468 Up To 79 Local 112, 113 & 114 Fax Number: (2) 8929-8958 Website Address: Www.phivolcs.dost.gov.ph Email Address: Bac.secretariat@phivolcs.dost.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Ma. Mylene M. Villegas Bac Chairperson
9681-9690 of 10000 active Tenders