Advertisement Tenders

Advertisement Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216. project Description: the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units. dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services: biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage. clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: kathryn Allison contract Specialist kathryn.allison@va.gov secondary Point Of Contact: dean Flanders contracting Officer dean.flanders@va.gov

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.2 Million (USD 55.4 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Bato, Arteche, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Fifty Thousand Pesos Only (php3,250,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-002 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Bato, Arteche, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7-occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (77.85 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 M3), Item No. 804(4) – Gravel Fill (8.29 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (10,856.29 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (58.89 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (8.55 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A 28 Days (16.80 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days, (11.97 Cu.m.), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structures Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 06, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.7 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Tugop, Gen. Macarthur, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Eight Hundred Fifty Thousand Pesos Only (php3,850,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-019 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Tugop, Gen. Macarthur, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (76.65 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 Cu.m.), Item No. 804(4) – Gravel Fill (42.30 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (8,906.17 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (50.00 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (7.35 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A, 28 Days (16.08 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days (10.29 Cu.m.), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

City Of Cape Town Tender

Chemical Products
South Africa
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Cleaning Materials Reference Number Gc12500307 Title Cleaning Materials Description 252 Each X Insecticide Household Aerosol 300-400ml 312 Each X Insecticide Household Aerosol 300-400ml 1,044 Each X Insecticide Household Aerosol 300-400ml Specification* Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * ********various Delivery Addresses****** Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/03/18 Delivery Tofish Hoek Engineering Store Materials Store / Ph 785 1020 Delivery Address03 Poplar Road, Fish Hoek Contact Personmark Beresford Moatse Telephone Number0214442455 Cell Number Closing Date2025/01/27 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

City Of Baton Rouge Parish Of East Baton Rouge Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: **addendum No. 1 Issued 12.17.24 Updates Schedule Of Events And Revises Bid Opending Date To 1.8.25 At 2:00 Pm Cst.** **addendum No. 2 Issued 12.31.24 Provides Responses To Questions During Inquiry Period** **addendum No. 3 Issued 1.7.25 Extends Bid Opening Date To January 15, 2025 At 2:00 Pm Cst** Notice To Proposers Notice Is Hereby Given That Sealed Proposals Will Be Received By City Of Baton Rouge And The Parish Of East Baton Rouge Until 2:00 Pm Local Time On December 23, 2024 In Room 826 Of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 For: Rfid Technology And Services Rfp Solicitation No. 2024-09-1200 Copies Of The Request For Proposal May Be Obtained From Lapac (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) Or By Email Request To: 1200libraryrfidtechserv@brla.gov. *note: The City-parish Has Elected To Use Lapac, The State’s Online Electronic Bid Posting And Central Bidding Notification System, In Addition To Its Standard Means Of Advertising This Requirement. Lapac Is Resident On State Purchasing’s Website At Https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm And Is Available For Vendor Self- Enrollment. Note: This Rfp Is Not Available To Submit Online Via Central Bidding; Submissions Must Be Mailed Or Hand Delivered To The Address Mentioned In The Rfp. In That Lapac And Central Bidding Provides An Immediate E-mail Notification To Subscribing Bidders That A Solicitation And Any Subsequent Addenda Have Been Let And Posted, Notice And Receipt Thereof Is Considered Formally Given As Of Their Respective Dates Of Posting. Though Not Required If Receiving Solicitation And Addenda Notices From Lapac And Central Bidding The City- Parish Will Email Addenda To All Vendors Contacting Our Office And Requesting To Be Put On Our Office Vendor Listing For This Solicitation. The Deadline For Receiving Written Inquiries Is December 10, 2024 At 5:00 Pm Cst. Proposals Received After The Above Specified Time Will Not Be Considered. Proposals Will Be Opened Immediately After Proposal Opening Time In Room 806 Of City Hall. All Interested Parties Are Invited To Be Present. Teleconference Call-in Information For Public Access To Rfp Opening: Join By Phone: +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 This Teleconference Number Will Provide You With Live Audio Access To This Proposal Opening. The Teleconference Will Be Live Only At The Noted Rfp Opening Time On The Date Of Rfp Opening. The Right To Reject Any And All Proposals And To Waive Irregularities And Informalities Is Reserved. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The Parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 15% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. The City-parish Is An Equal Opportunity Employer And Encourages The Participation Of Disadvantaged Business Enterprises (dbe) In All Of Its Projects. Proposers/prospective Contractors Are Strongly Encouraged To Make Positive Efforts To Utilize Minority Subcontractors For A Portion Of This Project. Proposers Are Requested To Include In Their Proposal A Description Of Plans For Minority Participation Under This Contract As Suppliers Or Subcontractors. All Questions Concerning The Solicitation And Contract Documents Must Be Received In Accordance With The Schedule Of Events Cited In Section 1.3 Of The Solicitation Documents And As Further Defined In Section 1.7.2 Proposer Inquiry Periods Of The Same Document. Though Not Required If Receiving Solicitation And Addenda Notices From Lapac, The City Of Baton Rouge, Parish Of East Baton Rouge Will E-mail Or Mail Addenda To All Vendors Contacting Our Office And Requesting To Be Put On Our Office Vendor Listing For This Solicitation.

City Of Cape Town Tender

Automobiles and Auto Parts
South Africa
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500125 Title Reg. No/type/model Cct34246 Vw Polo Vivo 1.4 Ak 2019 Description 1 Each X Cct34246- Engine Oil 10w40 1 Each X Cct34246-wiper Blade 24'' 1 Each X Cct34246-wiper Blade 16'' 1 Each X Cct33694-fan Belt(oem)or Equivalent 1 Each X Cct33123-engine Oil 10w40 1 Each X Cct33123-bonnet Cable With Handle(comple 2 Each X Cct34518-front Brake Disc 1 Each X Cct34518-set Front Brake Pads 2 Each X Cct34518-front Shocks 2 Each X Cct34518-front Shocks Mounting Specification* Reg. No/type/model Cct34246 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zkt061313 Notification 902160213 Contact Person Bjorn Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34246 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zkt061313 Notification 902160213 Contact Person Bjorn Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34246 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zkt061313 Notification 902160213 Contact Person Bjorn Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902163413 Contact Person Bjorn Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33123 Vw Polo Vivo 1.4 Ak 2017 Vin No Aavzzz6szhu018633 Notification 902160224 Contact Person Stanley Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33123 Vw Polo Vivo 1.4 Ak 2017 Vin No Aavzzz6szhu018633 Notification 902160224 Contact Person Stanley Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34518 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053425 Notification 902164844 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34518 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053425 Notification 902164844 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34518 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053425 Notification 902164844 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34518 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053425 Notification 902164844 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/01/31 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personb John Telephone Number0214445017 Cell Number000000000 Closing Date2025/01/20 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500344 Title Clothing Items Various Items Description 40 Pair X Gaitors Snake One Size Fits Most 20 Pair X Boots Working Uk 2 Fem Blk W/out T/cape 20 Pair X Boots Working Uk 3 Fem Blk W/out T/cape Specification* Refer To Ga12500344 Gaitors - Type Snake Size One Size Fits Most Specifications Must Extend From The Ankle And Protect From The Shoes To The Knee In Terms Of Its Length. Must Have A Flap That Covers The Shoelace Area. Gaitor To Consists Out Of Two Layers. Outer Shell To Be Made From A Heavy-duty Water Resistant Nylon Fabric. Together The Two Layers Must Be 100% Resistant To A Variety Of Venomous South African Snakes. Must Have At Least Three Adjustable Straps With Fasteners To Ensure A Secure Fit. 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * Refer To Ga12500344 Boots - Type Working Size Uk 2 Gender Female Colour Black Toe Construction Without Toecape (soft Toe) Upper Material Minimum 2.0mm Chrome Tanned, Full Grain Buffalo Leather, Leather Should Be Tanned To Allow For Softer/more Comfortable Feel,fully Padded Collar And Padded ½ Bellows Tongue Should Give Additional Comfort And Support Ankles Sole Minimum 9.5mm Double Density Pu Injection, Shore Hardness For Flexibility And Slip Resistance, Should Also Be Oil And Chemical Resistant, A Reinforced Shank To Be Moulded Into The Midsole To Give Additional Support Under The Arch Of The Foot Lining Vamp Lining Must Have Perspiration Absorbency That Will Result In Low Heat Build-up, Should Be Treated To Impact Additional Hygienic, Anti-bacterial And Fungal Properties Standards Product To Be Manufactured According To Sans 20347 Or Equivalent Intergauteng Standard Packaging Boxes Are To Be Identified/marked With Content Description, Size Of Boots, Quanity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number Specification Operations Requiring Wearing Safety Shoes For Entire Shift, Walking And Standing For Long Periods, Working In Wet Grass, On Warm Dry Soil, Deep Sand, In Workshops Etc. * Refer To Ga12500344 Boots - Type Working Size Uk 3 Gender Female Colour Black Toe Construction Without Toecape (soft Toe) Upper Material Minimum 2.0mm Chrome Tanned, Full Grain Buffalo Leather, Leather Should Be Tanned To Allow For Softer/more Comfortable Feel,fully Padded Collar And Padded ½ Bellows Tongue Should Give Additional Comfort And Support Ankles Sole Minimum 9.5mm Double Density Pu Injection, Shore Hardness For Flexibility And Slip Resistance, Should Also Be Oil And Chemical Resistant, A Reinforced Shank To Be Moulded Into The Midsole To Give Additional Support Under The Arch Of The Foot Lining Vamp Lining Must Have Perspiration Absorbency That Will Result In Low Heat Build-up, Should Be Treated To Impact Additional Hygienic, Anti-bacterial And Fungal Properties Standards Product To Be Manufactured According To Sans 20347 Or Equivalent Intergauteng Standard Packaging Boxes Are To Be Identified/marked With Content Description, Size Of Boots, Quanity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number Specification Operations Requiring Wearing Safety Shoes For Entire Shift, Walking And Standing For Long Periods, Working In Wet Grass, On Warm Dry Soil, Deep Sand, In Workshops Etc. Delivery Date2025/01/29 Delivery Tologistics - Hillstar Warehouse Complex Materials Store / Ph 799 5200 Delivery Address1 Bamboesvlei Road, Ottery Contact Persontuleka Orli Mnyanda Telephone Number0214444502 Cell Number Closing Date2025/01/17 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 3.6 Million (USD 61.3 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Jewaran, Jipapad, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Thousand Pesos Only (php3,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-027 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Jewaran, Jipapad, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7 - Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (76.65 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 Cu.m.), Item No. 804(4) – Gravel Fill (39.65 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (8,694.95 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (47.35 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (7.35 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A, 28 Days (16.08 Cu.m), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days (10.29 Cu.m.), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc) , Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

City Of Cape Town Tender

Automobiles and Auto Parts
South Africa
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500131 Title Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Description *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. Specification* Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34143 Nissan Nv200 1.6 Ba 2018 Vin No Vskyaam20z0167161 Notification 902166761 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/02/28 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reeds Road, Cape Town Contact Personlincoln Pietersen Telephone Number0214445017 Cell Number Closing Date2025/01/29 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: north Carolina city: greensboro delineated Area: north Boundary: Starts At Intersection Of Route 150 And Mcleansville And Goes West To Route 220. Route 220 To I-73. east Boundary: Starts At Intersection Of I-40 And Mt Hope Church Rd. Go North On Mt Hope Church Rd To Mcleansville Rd. Mcleansville Rd To Route 150. south Boundary: Starts At Intersection Of Route 421/i-40/i-840 Go East To Interstate 73. I-73 To I-85. I-85 To I-40. west Boundary: Starts At Intersection Of Interstate 73 And Route 220. Go South On I-73 To Route 150. Route 150 To Route 421. minimum Sq. Ft. (aboa): 3,959 maximum Sq. Ft. (aboa): 3,959 space Type: office parking Spaces (total): 6 parking Spaces (surface): 6 parking Spaces (structured): 0 parking Spaces (reserved): 6 full Term: 15 Years firm Term: 12 Years option Term: n/a additional Requirements: offered Space Must Be Located On The Ground Floor (to Accommodate A Detention Holding Cell) And On No More Than One Contiguous Floor. If Multi-tenanted Building, Agency Will Need To Have Dedicated Elevator Access To The Sallyport. the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week, And 365 Days A Year. offered Building And Site Layout Must Have Ability To Provide Or Construct An Enclosed, Secure Sallyport, Used For Detainee Transportation. Sallyport Must Have Dedicated Secure Entrance And Pathway Into Ground/ First Floor Space And Or Detention Spaces. The Sally Port Must Be Large Enough To Accommodate A Large Van And Onboarding And Deboarding Movements. agency Cannot Be Collocated With Other Federal, State, Local Government Agencies Or Private Firms Who Provide Daycare Services, Abortion Services, Mental Health Services, Drug Rehabilitations Services, Probation Services, Public Defender Services, And/or Social Services. residential Adjacencies To Potential Sites Will Be Carefully Reviewed With Agency Security Guidelines And At The Government's Discretion, May Be Eliminated From Consideration. offered Building Must Not Be Within 100 Yards, Measured Linearly From Property Line To Property Line, Or Within The Line Of Sight Of Schools, Daycares, Churches, Residential Areas, Correctional Facilities, Mental Health Or Drug Treatment Facilities, Or Areas Of High Civilian Activity Or Vulnerability. offered Building Must Be Capable Of Providing At Least Two Vehicular And Pedestrian Ingress/egress Points From Property. the Site Shall Be Easily Accessible By Main Thoroughfare But Inconspicuous Or Discreet To Public And Traffic. Preference Will Be Given To Locations That Are Within Short Driving Distance To Concessions And Other Professional Business Offerings. a Total Of 6 Secured Parking Spaces Comprised Of 6 Reserved Surface And Parking Spaces That Must Be Available On-site And Directly Accessible To The Government-controlled Space. including In The Total Parking Required May Be Spaces For Oversized Vehicles Requiring Minimum 10’ Clearance And Up To 30’ Long Spaces. if Parking Is Not Secured, Offered Space Will Allow The Agency To Install A Secured Fence With Gates Around The Government Owned Vehicles. additional Requirements May Apply And Will Be Addressed In Rlp/lease 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 100 Year Flood Plain. 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. expressions Of Interest Must Include The Following Information: Please Reference Solicitation Number 8nc2175 With Your Submission: 1. Building Name And Address And Location Of The Available Space 2. Rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced 3. Floorplans Showing The Current Configuration Of The Offered Space 4. Site Plan Showing Current Configuration Of The Offered Site Including Number Of Parking Spaces Available Onsite 5. Date Of Space Availability 6. Building Ownership Information And Authorization To Represent Building Owner Or Documentation Showing Offeror Has Control Or Ability To Control The Site 7. Energy Efficiency And Renewable Energy Features Existing Within The Building 8. List Of Building Services Provided 9. Narrative Of Planned Improvements Or Redevelopment Plan If Current Shell Does Not Meet Minimum Advertised Requirements 10. Building, Space, And Parking Compliance With Fire/life-safety And Seismic Requirements. expressions Of Interest Due: may 28, 2024 By 4:00pm Est market Survey (estimated): tbd occupancy (estimated): tbd send Expressions Of Interest To: name/title: morgan Walker office/fax: 412-779-2244 email Address: morgan.walker@gsa.gov government Contact Information lease Contracting Officer derek Sanders broker morgan Walker broker jason Lichty
2761-2770 of 2889 archived Tenders