Advertisement Tenders
Advertisement Tenders
UNIONE DEI COMUNI DELLA BASSA ROMAGNA Tender
Services
Italy
Description: Italy – Advertising Management Services – Affidamento Del Servizio Di Affissioni Negli Impianti Pubblicitari Dei Comuni Di Alfonsine, Bagnacavallo, Bagnara Di Romagna, Conselice, Cotignola, Fusignano, Lugo, Massa Lombarda E Sant’agata Sul S
Closing Date31 Mar 2025
Tender AmountEUR 493.2 K (USD 517.4 K)
PUBLIC BUILDINGS SERVICE USA Tender
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service
U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state:florida
city:pompano Beach
delineated Area:
north: Sw 10th Street (sr-869)
south: Commercial Blvd. (sr-870)
west: Sr-7 (also Known As Us Route 441)
east: Interstate 95 (i-95)[r1]
minimum Sq. Ft. (aboa):110,224
maximum Sq. Ft. (aboa):126,758
space Type:office/ Warehouse
parking Spaces (total):4
parking Spaces (surface):4
parking Spaces (structured):0
parking Spaces (reserved): 0
full Term:180
firm Term:120
option Term:60
additional Requirements:
loading Dock Access. Docks Must Be Able To Accommodate A 53 Foot Trailer
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Pompano Beach, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime.
expressions Of Interest Due: March 19, 2025, 5:00 Pm Est
market Survey (estimated):tbd
occupancy (estimated):04/13/2026
send Expressions Of Interest To:
name/title:erik Weiss And Raquel Howard | Gsa Broker Contractor
email Address:erik.weiss@gsa.gov And Raquel.howard@gsa.gov
government Contact Information
lease Contracting Officer: Chris Wainwright | Christopher.wainwright@gsa.gov
******************************************************************************************************
Closing Date19 Mar 2025
Tender AmountRefer Documents
FEDERAL AVIATION ADMINISTRATION USA Tender
United States
Details: The Federal Aviation Administration (faa) Is Conducting A Market Survey To Gain Understanding Of The Current Marketplace And To Identify Responsible, Capable Sources. Responses To This Market Survey Will Be Used To Determine If There Is Adequate Competition To Set This Requirement Aside For Small Businesses. This Survey Is Being Conducted In Accordance With Faa Acquisition Management System (ams) Section 3.2.1.2.1 For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. This Survey Will Be Utilized For Acquisition Planning, As Well As To Determine If There Are Any Responsible Small Businesses Capable Of Performing This Project.
this Market Survey Is To Elevator Repair, Faa Atct-jax, Jacksonville, Fl. All Responses To This Market Survey Will Be Used For Planning Purposes Only.
this Is Not A Request For Quote Or Request For Proposal. Currently, The Federal Aviation Administration Is Not Seeking Or Accepting Proposals. Presently, The Nature Of The Competition Has Not Been Determined. The Failure To Obtain Adequate Responses From Responsible Small Businesses May Result In The Determination To Conduct This Procurement Action Under Full And Open Competition.
all Interested Vendors Are Advised That The Faa Will Not Pay For Any Information Or Administrative Costs Incurred That Are Associated With A Reply Received In Response To This Market Survey. Therefore, Any Costs Associated With Market Survey Submissions Will Be Solely At The Expense Of The Interested Vendor.
section I: Description Of Work To Be Performed:
project Description/summary Of The Work:
the Work Must Include Furnishing All Labor, Materials, Equipment, And Services As Necessary To Replace Three (3) Elevator Hoist Ropes With Minimal Service Outage At The Federal Aviation Administration (faa), Air Traffic Control Tower (atct) Located At The Jacksonville International Airport.
existing Elevator Profile/general Data:
classification: Passenger
capacity: 1200 Lbs
speed: 100 Fpm
roping: 2:1
operation: Single Automatic
manufacture: Otis
control: Mec 4000
ldgs/ Opngs: 2/ Front-1, Rear-1
the Anticipated Period Of Performance Is 30 Calendar Days.
the Estimated Magnitude Of Construction Is Less Than $100,000.00.
the North American Industry Classification System (naics) Code For This Procurement Is 238290, Other Building Equipment Contractors. The Small Business Size Standard As Defined By The Small Business Administration (sba) Is Based On Sba's Calculation Of Annual Receipts, The Annual Average Receipts Cannot Exceed $22.0.
section Ii – Capability Statement: To Make This Determination The Faa Requires The Submission Of The Following Information From Interested Vendors:
this Advertisement Number Ms-es-25-00232. Emails With Attachments That Do Not Reference The Advertisement Number In The Subject Line Or The Body Of The Message, Will Be Disregarded To Prevent The Spread Of Computer Viruses.
company Name
uei Number
point Of Contact
email Address
phone Number
business Size Status: 8(a), Sdvosb, Small Business, Etc.
a Capability Statement That Addresses The Following:
type Of Services Provided By Your Firm That Demonstrate Its Ability To Perform The Services Described In The Project Description.
provide Detailed Relevant Performance Information For At Least Three (3) Projects That Are Valued At Or Over $50,000.00 Of Similar Scope And Complexity To This Effort Completed In The Last Five (5) Years Including The Following Information:
project Title, And Description Of Work Performed,
project Dates,
project Value,
customer Name,
customer Point Of Contact Information.
specify If Your Company Was The Prime Contractor Or A Sub-contractor.
information On Pricing Is Not Required. However, If Vendor Submits General Information On Prices/costs Or A Commercial/catalog Price List, The Faa May Use The Information For Planning Purposes Only And Is Not Binding In Any Way. Currently, The Specifications And Drawings Are Not Available For Posting.
section Iii –submission
electronic Submission Is Required To Linda.hennequant@faa.gov.
telephone Inquiries Will Not Be Accepted.
limited Submission: The Electronic Submission Should Be In Either Microsoft Word Format Or Portable Document Format (pdf), Not In A Zipped Format. Please Note That The Faa E-mail Server Restricts File Size To 10mb.
all Correspondences Must Contain The Advertisement Number, Ss-es-25-00232, In The Subject Line.
Closing Soon3 Mar 2025
Tender AmountRefer Documents
INTERNAL REVENUE SERVICE USA Tender
United States
Details: Department Of The Treasury
internal Revenue Service
washington, Dc 20224
irs Uns Uc Satellite Phone Fixed-site Installation
sources Sought Notice
1. Sources Sought:
this Sources Sought Notice (ssn) Is Released Pursuant To Federal Acquisition Regulation (far) Part 10, Market Research.
this Ssn Is Issued Solely For Information And Planning Purposes Only And Shall Not Be Construed As Either A Solicitation Or The Obligation On The Part Of Government. This Is Not A Solicitation For Proposals, Proposal Abstracts Or Quotations. This Notice Is For Market Research Purposes Only. Further, This Ssn Does Not Commit Or Guarantee The Government Will Issue Any Solicitation For The Described Requirements In The Future.
the North American Industry Classification Systems (naics) Code Proposed For The Requirement Is 517410 – Satellite Telecommunications. The Size Standard Is $44m. Comments On This Naics And Suggestions For Alternatives Must Include Supporting Rationale. The Psc That Is Intended For This Acquisition Is Dg11 It And Telecom – Network: Satellite Communications And Telecom Access Services.
no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. This Notice Is Published To Gain Knowledge Of Potential Vendors Capable Of Providing Services For The Draft Irs Uns Uc Satellite Phone Fixed-site Installation Statement Of Work. (sow)dg
vendors With The Skill And Capability Necessary To Perform The Various Requirements Described In The Attached Draft Sow Are Invited To Provide A Response Per The Requirements Listed Below.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Respondents Will Not Be Notified Of The Results Of This Analysis. All Data Received In Response To This Ssn That Is Marked Or Designated As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With All Applicable Government Regulations. All Documentation Shall Become The Property Of The Government And Will Not Be Returned.
2. Objectives:
technical Capabilities
the Irs Seeks To Identify Potential Vendors With The Skills And Capabilities Necessary To Perform The Requirements Outlined In The Attached Draft Statement Of Work.
3. Background:
the Internal Revenue Service (irs) Unified Communications (uc) Division Of The User And Network Services (uns) Requires The Installation Of New Satellite Phone Fixed-site Equipment At Its Facilities In Wv And Dc. Satellite Phone Fixed-site Installation Of New Equipment Is Necessary To Fulfill The Program’s Mission, Which Is To Provide A Backup Voice Communication System For The Irs Commissioner And Executives During An Emergency Or Natural Disaster. The Contractor Shall Provide Satellite Phone Fixed-site Surveys And Equipment Installations For Two Irs Locations As Stated In The Statement Of Work.
4. Submission Information:
see Attached Sow For The Draft Requirements For Irs Uns Uc Satellite Phone Fixed-site Installation. The Company's Standard Format Is Acceptable; However, The Limit For All Responses Is Not To Exceed Five (5) Single-sided Pages, 10 Font Size, 8 ½ X 11-inch Pages, Excluding Any Cover Page. Response Shall Address The Following:
a. General Information:
company Name
company Address;
company Point Of Contact, Phone And Email Address;
unique Entity Identifier (uei) Number;
business Status (i.e., Small Business, Disadvantaged, Hub Zone, Woman-owned, Etc.); If Business Size Varies Depending Upon Contract Vehicle, Please Specify;
brief Description Of The Company's Business Size;
list Any Contract Vehicle Along With The Associated Contract Number And Task Area(s) Appropriate For This Notice; And List Related North American Industry Classification System (naics) Code That You Offer As It Relates To This Project.
b. Technical Capabilities:
the Vendor’s Capability Statement Shall Address The Following To The Contractor’s Capability To Perform The Requirement Of This Statement Of Work:
statement 1
the Contractor’s Ability To Manage, As Prime Contractor, The Types And Magnitude Of
taskings In The Sow.
statement 2
the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Conduct The
requirements Of The Sow. For The Purposes Of This Capability Statement, Capacity Shall Refer To Matters Such As The Magnitude Of The Tasking And The Size Of The Staff Needed.
statement 3
is The Contractor Interested In Submitting A Proposal To Support This Requirement?
5. Due Date:
vendors Capable Of Providing These Services Should Submit A Statement Of Capability Containing The Above Reference Information Via E-mail To Denisse.aquino@irs.gov No Later Than 11:00 Am Est, Tuesday, March 12, 2025.
responses Shall Not Exceed 5 Pages And Shall Not Contain Any Brochures, Advertising Or Any Other Type Of Generic, Extraneous, Graphic Literature Or Documents That Have Not Been Requested And Are Not Relevant Or Essential In Demonstrating The Vendor’s Ability To Provide The Required Services. Vendors May Provide Links To Relevant Websites, As Appropriate. Vendors Shall Not Provide Exterior Links For The Irs To Access Its Response To This Ssn.
vendors Shall Reference “ssn Response – Satellite Phone Equipment Fixed-site Installation” In The Subject Line Of Their Response Email As Well As In The Subject Line Of Any E-mail Correspondence Referencing This Notice.
** The Government Will Not Respond To Phone Calls Regarding This Notice **
thank You For Your Interest.
Closing Date12 Mar 2025
Tender AmountRefer Documents
ground forces Tender
Saudi Arabia
Description: Providing and supplying fixed and mobile indoor and outdoor advertising screens with spare parts
Closing Date16 Mar 2025
Tender AmountRefer Documents
General Directorate Of Public Health Of The Government Of The Canary Islands Tender
Spain
Description: Service for the conception of a series of campaigns and institutional advertising actions carried out by the General Directorate of Public Health in the exercise of its powers, as well as the creation and production of its own media, pieces, content and supports that comprise them; and the planning, contracting and execution of media plans during 2025
Closing Date31 Mar 2025
Tender AmountEUR 317.7 K (USD 333.3 K)
21-30 of 2959 active Tenders