Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Kitchen Appliances & Accessories Reference Number Gl12500527 Title Kitchen Appliances And Accessories Description 1 Each X Kettle 4litre Stainless Steel 1 Each X 4 Slice Ss Sandwich Press 1 Each X 4 Slice Stainless Steel Toaster 20 Each X Forks 20 Each X Knives 20 Each X Tablespoons 20 Each X Teaspoons Specification* 4 Litre Kettle Body Material - Stainless Steel Auto Switch-off Dry Boil Protection Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared 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" # 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * 4 Slice Sandwich Press - Non-stick Plates - Auto Thermostat Control - Power And Ready Indicator Lights - Floating Hinge For Various Thickness - Locking Handle For Safe Storage Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 1x Stainless Steel Toaster - Full Length Crumb Tray. - Cancel Button With Indicator Light. - Defrost Button With Indicator Light. - Wide Bread Slots. - Electronic Variable Browning Control. - High Lift Bread Release. - Cable Storage Beneath Toaster. Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Stainless Steel Forks - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Knives - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20x Tablespoons - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Teaspoons - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek Delivery Date2025/03/10 Delivery Tonatasha Jacobs Subcouncil 19 Office Delivery Address0 Recreation Road, Cape Town Contact Personnatasha Jacobs Telephone Number0214007495 Cell Number Closing Date2025/02/21 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. 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.
Closing Date21 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical and Electronics...+1Electrical Works
United States
Details: This Combined Synopsis/solicitation For Services Is Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. The Solicitation Number Is 70z036-25-q-0029. Applicable North American Industry Classification Standard (naics) Codes Are:
811310 Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance, Size Standard: $12.5 Million
this Requirement Is For A Firm Fixed Price Services Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Lowest Price, Technically Acceptable (lpta).
when Submitting Your Proposals, Request A Price Breakdown Of The Following:
cost Of Labor And Supervision For Hvac Maintenance Per Provided Pws
prospective Contractors Must Also Provide Along With Your Proposal, Past Performance Documents Which Will Be Used To Determine Expertise To Perform Work Requested.
contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow In The Time Frame Needed By Unit. Past Performance And Cost Factors Will Also Be Used When Selecting The Award.
anticipated Award Date: 5 Business Days After Close Of Solicitation, 21 February 2025
quotes Are To Be Received No Later Than Close Of Business (11 A.m.) On 21 February 2025. Quotes Can Be Email To: Adam.s.hitchcox@uscg.mil
telephone And Mail Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In Sam.gov
wage Determinations: 2015-4491, Rev 24 Dated 12/23/2024
scope Of Work: Contractor To Provide Hvac Maintenance Services At Uscg Station Tybee, 11 Cockspur Island Rd, Fort Pulaski National Park, Savannah, Ga 31410
location:
uscg Station Tybee,
11 Cockspur Island Rd,
fort Pulaski National Park,
savannah, Ga 31410
period: Performance Of Work Is Expected To Commence Within 5 Days After The Award. This Award Will Be A Base Plus 4 Option Years.
52.217-9option To Extend The Term Of The Contract
the Governmentmayextend The Term Of This Contract By Written Notice To The Contractor Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least__60___days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
(b)if The Government Exercises Thisoption, The Extended Contractshallbe Considered To Include Thisoptionclause.
(c)the Total Duration Of This Contract, Including The Exercise Of Anyoptionsunder This Clause,shallnot Exceed60 Months.
site Visit: It Is Required That A Site Visit Is Performed At The Station To Field Verify The Requirements Within The Pws.
site Visit Dates: February 11, 2025 – February 13, 2025, Between 9:30 Am To 1:00 Pm.
to Schedule A Site Visit, Vendors Shall Contact The Point Of Contact (poc) Via Email With The Following Information In The Email:
company Name
that The Site Visit Is For The Hvac Maintenance Project
requested Day And Time For The Site Visit (please Include A Peferred Day/time As Well As A Couple Alternate Times)
names Of All Personnel That Will Be Doing The Site Visit
poc: Chief Petty Officer Evan Estep, Email (preferred Communication Method): Evan.c.estep@uscg.mil Phone (912) 786-5440. Vendors Shall Contact The Poc To Schedule A Date And Time Within The Site Visit Dates And Times. Access Can Be Denied If Vendor Shows Up Without Notice.
q&a’s: Questions Concerning The Work Requested Must Be Sent To Adam.s.hitchcox@uscg.mil
by Cob 21 February 2025. These Q&a’s Will Be Answered And Posted To This Solicitation As An Amendment To Solicitation Prior To Close.
52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (june 2020)
52.212-3 Offeror Representations And Certifications -- Commercial Items (june 2020)
work Hours: Monday Through Friday, 0800 – 1500 (8 Am – 3 Pm) No Weekends Or Holidays Authorized.
see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov.
request Company’s Tax Id Information And Uei Number.
vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
Closing Date21 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wf12500077 Title Supply Parts Description 1 Each X 700253944 350mm Diamond Blade 2 Each X 700253944 Blade Bolts 1 Each X 700253944 Bp6es Spark Plug 1 Each X Cct35390 Sump Plug Washer 1 Each X Cct35390 26" Wiper Blade 2 Each X Cct35390 H4 12v Bulb 2 Each X Cct35390 Cr2032 Remote Batteries 1 Each X Cct35390 16mm Spark Plug Socket Specification* Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? Delivery Date2025/03/07 Delivery Tonathan Arendse Khayelitsha Workshop Delivery Address1 Khayelitsha Workshop, Cnr Makhebeni & Zakhele Rd Contact Personnathan Arendse Telephone Number0000000000 Cell Number0820770530 Closing Date2025/02/20 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswf1@capetown.gov.za Buyer Detailsr. Davids Buyer Phone0214444397 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.
Closing Date20 Feb 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Laboratory Equipment and Services
Philippines
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 The Procurement Of Laboratory Supplies Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Assistance/support To Pgo- A.o., S. 2023 –laboratory Supplies (501-349) Intends To Apply The Sum Of One Million Five Hundred Twenty Thousand Five Hundred Pesos Only (php1,520,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-02-019 Procurement Of Laboratory Supplies, 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 For Procurement Of Laboratory Supplies, Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost Getein Bha-5100 Hematology Machine 1 Box Bha-5100 Diluent (20l) 7 202,125.00 2 Box Bha-5100 Lyze Hr 2 (500ml) 7 154,350.00 3 Box Bha-5100 Lyze Hr 3 (500ml) 7 154,350.00 4 Box Bha-5100 Cleanser (50ml) 3 25,500.00 5 Box Dxh-560 Lnh Control 1 26,250.00 H5900 Hematology Machine 6 Box H5900 Diluent (20l) 7 202,125.00 7 Box H5900 Lyze 2 (500ml) 7 154,350.00 8 Box H5900 Lyze 1 (200ml) 7 154,350.00 9 Box H5900 Cleanser (50ml) 4 34,000.00 10 Box H5900 Lnh Control 1 26,250.00 11 Box Edta Microtainer (0.5ml0 43 58,050.00 12 Box Edta Tubes (2ml) 62 55,800.00 Elyte T9c Electrolyte Machine 13 Box Reagent Pack A&b (1200ml) 4 273,000.00 Delivery Of The Goods Is Required Within 60 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 Sixty Percent (60%) 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 One Thousand Pesos Only (php1,000.00). 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 February 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, February 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 Bac Office, Capitol Building Borongan City, Eastern Samar Contact No. 63-55-5608312; 09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date27 Feb 2025
Tender AmountPHP 1.5 Million (USD 26.2 K)
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500455 Title Clothing Items Overall Jackets Description 300 Each X Overall Jacket Cot Org 40/102cm Cct 300 Each X Overall Jacket Cot Org 36/92cm Cct Specification* Refer To Ga12500455 Overall Jacket - Material 100%cotton J54 Fabric Colour Orange Cks 129 21 C Size 40/102cm Branding Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font Specifications With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves Unit Packaging Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment Packaging Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number Fabric Standards Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric Manufacturing Standards Manufactured In Accordance With Sans 434 And Bearing The Mark Origin Made In South Africa 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. Quotation Conditions Clause - 2.14.1 & 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Refer To Ga12500455 Overall Jacket - Material 100%cotton J54 Fabric Colour Orange Cks 129 21 C Size 36/92cm Branding Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font Specifications With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves Unit Packaging Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment Packaging Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number Fabric Standards Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric Manufacturing Standards Manufactured In Accordance With Sans 434 And Bearing The Mark Origin Made In South Africa 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. Delivery Date2025/05/20 Delivery Tologistics - Ndabeni Store Materials Store / Ph 444 5456 Delivery Address25 Oude Molen Road, Ndabeni Contact Personrasheed Erasmus Telephone Number0214004808 Cell Number Closing Date2025/03/07 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.
Closing Date7 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Synopsis (not A Notice Of Solicitation)
fa8601-25-r-0010
the United States Air Force, Aflcmc/ Operational Contacting Division, Wright-patterson Afb, Ohio Is Seeking Capabilities Packages, For Civil Engineering Facility & Equipment Support Follow On 2025, Of Potential Sources, Including Small Business (sb), 8(a), Hubzone, Women-owned (wo) And Service-disabled Veteran-owned (sdvo) Small Businesses That Are Capable Of Providing All The Personnel, Equipment, Tools, Materials, Supervision, And Other Items Necessary To Perform Tasks Under The Attached Draft Performance Work Statement (pws). Firms That Respond Shall Specify That Their Capabilities Meet The Specifications Provided Below And In The Attachment And Provide Detailed Information To Show Clear Technical Compliance. Additionally, Performance History, Including Recent Commercial Customers, Shall Be Included To Determine Commerciality. Any Subsequent Award Will Be Made As A Firm Fixed Price Contract.
detailed Specifications Are Listed In The Attachment Identified Below:
performance Work Statement (pws)
all Interested Firms Shall Submit A Response Demonstrating Their Capability To Provide This Service To The Primary Point Of Contact Listed Below. As Stipulated In Far 15.201, Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government's Discretion.
the Naics Code Assigned To This Acquisition Is 561210, “facilities Support Services”, With A Small Business Size Standard Of $47m. Firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Socio-economic Status (sb, 8(a), Sdvo, Wo, And Hubzone Small Business). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. The Government Reserves The Right To Consider A Small Business Set-aside Based Upon Responses Hereto For Any Subsequent Action. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract. No Set-aside Decision Has Been Made. Note That A Key Factor In Determining An Acquisition To Be A Small Business Set Aside Is That Small Business Prime Contractors Must Perform At Least 50% Of The Effort, As Defined In Federal Acquisition Regulation (far) Clause 52.219-14.
any Information Submitted By Respondents To This Sources Sought Synopsis Is Voluntary. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government's Assessment Of The Capability Statements Received Will Factor Into Whether Any Forthcoming Solicitation Will Be Conducted As A Full And Open Competition, As A Set-aside For Small Business Or Any Particular Small Business Program, Or As A Sole-source Acquisition.
capabilities Package:
interested Parties Shall Submit A Capabilities Package, With A Cover Letter, That Is Brief And Concise, Yet Clearly Demonstrates Ability To Meet The Stated Requirements With Sufficiently Qualified Personnel, As Outlined In The Attached Draft Pws. Capability Packages Must Not Exceed 25 Pages.
responses Should Include The Following:
1. Company Name, Physical And Mailing Address.
2. Point Of Contact With Phone Number And Email Address.
3. Statement Of Your Intention To Submit A Bid For This Requirement As A Prime Contractor.
4. A Statement As To Whether Your Company Is Domestically Or Foreign Owned Or Controlled (if Foreign, Please Indicate The Country), And Whether Use Of Any Foreign National Employees Are Contemplated On This Effort.
5. If Subcontracts Are To Be Used, Provide Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses Will Be Used. Teaming And/or Subcontracting Arrangements Should Be Clearly Delineated And Previous Experience In Teaming Must Be Provided.
6. Statement As To Your Capability (including Financial) And Capacity To Perform And Manage The Work.
7. Statement Explaining How Your Company Will Perform This Work.
8. Statement Clearly Describing Your Related Background And Experience This Type Of Work, To Include Contract Numbers, Project Titles, Dollar Amounts, And Points Of Contact.
9. Statement Of Business Size In Relation To The Size Standard Stated Above.
10. Statement Of Socio-economic Status (e.g. Large, Small, 8(a), Hubzone, Service-disabled Veteran-owned Small Business, Etc).
11. Provide A Unique Entity Identifier (uei) And Commercial And Government Entity (cage) Code:
submission:
advertising Or Marketing Information Is Not Appropriate And Will Be Discarded.
responses Shall Be Submitted Electronically To The Following E-mail Address: Andrew.silvers@us.af.mil. All Correspondence Sent Via Email Shall Contain A Subject Line That Reads "fa6801-25-r-0010 Civil Engineering Facility & Equipment Support Follow On 2025." If This Subject Line Is Not Included, The Email May Not Get Through Email Filters At Wright-patterson Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachments. Attachments With Files Ending In .zip Or .exe Are Not Allowable And Will Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your Email. All Other Attachments May Be Deleted.
responses Are Due Not Later Than 20 Jan 2025 By 4:00 Pm Edt. Direct All Questions Concerning This Acquisition To Andrew Silvers: Andrew.silvers@us.af.mil.
Closing Date20 Jan 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
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. Aguinaldo, Arteche, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Three Hundred Thousand Pesos Only (php3,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-001 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Aguinaldo, 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. 800(2) – Clearing And Grubbing (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 (14.00 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.0, 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
Closing Date20 Jan 2025
Tender AmountPHP 3.3 Million (USD 56.3 K)
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Sources To Provide Personnel, Materials, Supplies, Equipment, Transportation, Supervision And Other Items And Services For The Following: Mcnary Powerhouse Turbine Draft Tube Slot Filler.
the North American Industry Classification System (naics) Code For This Project Is 332312 (fabricated Structural Metal Manufacturing) And The Associated Small Business Size Standard Is 500 Employees.
this Sources-sought Announcement Is A Tool To Identify Businesses With The Capability To Accomplish The Work. This Is Not A Solicitation. Only Those Firms Who Respond To This Announcement By Submitting The Following Information Will Be Used In Determining Whether To Set Aside This Requirement.
a. A List Of Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Bidder Requirements. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, Your Firm’s Role In The Project, Performance Period, The Dollar Value And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel.
b. A Reference List For Each Of The Projects Submitted In A) Above. Include The Name, Title, Phone Number And Email Address For Each Reference.
c. Provide A Statement Of Your Firm’s Business Size (hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regards To The Naics Code Listed Above.
d. Provide A Statement That Your Firm Intends To Submit An Offer On The Project When It Is Advertised.
e. Provide A Statement Of Your Firm’s Bonding Capacity. A Statement From Your Surety Is Not Required.
f. Cage Code And Sam Unique Id Number.
submit This Information To Alan Inglis, Contract Specialist, Via Email To: Alan.n.inglis@usace.army.mil
summary Of Scope Of Work:
this Project Will Include Fabrication And Delivery Of 12 Structural Steel Turbine Draft Tube Slot Fillers. This Includes 6 Sets, With Each Set Containing One North And One South Draft Tube Slot Filler. The Sets Are Mirrors Of Each Other And Are Very Similar Structurally. Each Draft Tube Slot Filler Uses Welded Astm A572 Grade 50 Structural Steel Plates, Astm A1085 Hollow Structuralsections (hss) Steel, And Has Small Uhmw Components. Each Slot Filler Is A Picture Frame Shape Approximately 35 Ft Wide, 20 Feet Tall, And 3 Ft Deep. There Are 20 Ft Tall Legs Made From Rectangular Hss As The Sides To The Picture Frame Shape. Each Slot Filler Will Weigh Approximately 35,000 Pounds, Mostly Consisting Of Steel. The First Slot Filler Set Requires An Epoxy Polysiloxane Paint System And The Remaining 5 Sets Require 5-e-z Vinyl Paint. One Test Slot Filler Set Will Be Delivered First. The Test Set Will Be Installed, Inspected, And Tested By Mcnary Project Personal. If Any Design Changes Are Needed, They Will Take Place At This Time. Once The Test Set Is Tested And Any Design Changes Are Completed, The Contractor Will Be Released To Fabricate And Deliver The Remaining 5 Sets.
bidder Requirements:
1. The Fabricating Plant And Fabricator Is Required To Be Certified Under The Aisc (american Institute Of Steel Construction) Quality Certification Program With One Of The Following Certifications:
abr: Certified Bridge Fabricator – Advance
ibr: Certified Bridge Fabricator – Intermediate
hyd: Certified Metal Hydraulic Fabricator
bu: Certified Building Fabricator
the Contractor Must Be Certified Prior To Award Of This Contract And Must Remain Certified For The Duration Of This Contract. Submit Copies Of The Aisc Certificate(s) Indicating That The Fabrication Plant Meets The Specified Structural Steelwork Category.
1.1 In Addition, The Fabricator Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Fabrication Plant Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Fabricated Structures With The Following Minimum Requirements:
weight Of 15-tons Or Greater.
member Thicknesses Of 1/2-inch Or Greater.
length, Width, Or Height Of Structure Of At Least 20-ft.
minimum Tolerances Of +/- 1/8-inch Out Of Parallel Over Mat Least 20-ft.
adequate Crane Capacity Capable Of Picking And Maneuvering The Structures Within Fabrication Building. Maneuvering The Individual Component Includes Any Rotating About Any Axis Of The Structure That May Be Required For Fabrication And Weld Distortion Control.
2. The Painting Contractor Must Be Certified By Association For Materials Protection And Performance (aamp) With An Sspc Qp 3 Certification For All Surface Preparation And Coating Application. Submit A Copy Of The Applicable Certificates/endorsements. The Contractor Must Be Certified/endorsed Prior To Award Of This Contract And Must Remain Certified/endorsed For The Duration Of This Contract.
2.1 In Addition, The Painting Contractor Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Painting Contractor Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Painted Steel Structures With The Following Minimum Requirements:
application Of Usace Vinyl Paint System No. 5-e-z
surface Preparation Of Sspc Sp 5.
dimensions: See Attached File (draft Tube Slot Filler Dimension Drawing.pdf).
Closing Date22 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500484 Title Supply Vertical Multistage Pumps Description 3 Each X Supply Vertical Multistage Pumps Specification* Please Contact Trevor Farmer, Bradley Zimri Or Liezl Carolus On 021 814 1874/5 Ext 238 Before Delivery Takes Place Pump And Motor Assembly To Be Supplied And Delivered Specifications Are As Follow Grundfos Or Equivalent Vertical, Multistage Centrifugal Pump With Inlet And Outlet Ports On Same The Level (inline). The Pump Head And Base Are In Cast Iron # All Other Wetted Parts Are In Stainless Steel. A Cartridge Shaft Seal Ensures High Reliability, Safe Handling, And Easy Access And Service. Power Transmission Is Via A Rigid Split Coupling. Pipe Connection Is Via Combined Din-ansi-jis Flanges. The Pump Is Fitted With A 3-phase, Fan-cooled Asynchronous Motor. Liquid Pumped Liquid Water Liquid Temperature Range -20 .. 120 °c Selected Liquid Temperature 20 °c Density 998.2 Kg/m³ Technical Pump Speed On Which Pump Data Are Based 2899 Rpm Actual Calculated Flow 5.684 M³/h Resulting Head Of The Pump 85.18 M Pump Orientation Vertical Shaft Seal Arrangement Single Code For Shaft Seal Hqqe Approvals Ce,eac,ukca,sepro Approvals For Drinking Water Wras,acs Curve Tolerance Iso9906 2012 3b Materials Base Cast Iron En 1561 En-gjl-200 Astm A48-25b Impeller Stainless Steel En 1.4301 Aisi 304 Bearing Sic Installation Maximum Ambient Temperature 60 °c Maximum Operating Pressure 25 Bar Max Pressure At Stated Temp 25 Bar / 120 °c 25 Bar / -20 °c Type Of Connection Din / Ansi / Jis Size Of Inlet Connection Dn 25/32 Size Of Outlet Connection Dn 25/32 Pressure Rating For Connection Pn 25 Flange Rating Inlet 250 Lb Flange Size For Motor Ft115 1 Electrical Data Motor Standard Iec Motor Type 90le Rated Power - P2 2.2 Kw Power (p2) Required By Pump 2.2 Kw Mains Frequency 50 Hz Rated Voltage 3 X 380-415d V Rated Current 4.65 A Starting Current 840-920 % Cos Phi - Power Factor 0.86-0.80 Rated Speed 2890-2910 Rpm Ie Efficiency Class Ie3 Motor Efficiency At Full Load 85.9 % Motor Efficiency At 3/4 Load 88.2-87.2 % Motor Efficiency At 1/2 Load 88.0-85.5 % Number Of Poles 2 Enclosure Class (iec 34-5) 55 Dust/jetting Insulation Class (iec 85) F Motor No 85u11908 Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared 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" #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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/30 Delivery Toelectricity - Steenbras P S Red1 Plant / Ph 840 4102 Delivery Address1 Off Sir Lowry Road, Gordon's Bay Contact Persontrevor Farmer Telephone Number0218141874 Cell Number Closing Date2025/02/17 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgn1.quotations@capetown.gov.za Buyer Detailsn.mtati Buyer Phone0214006739 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. 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.
Closing Date17 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Drainage Work
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Interested Business Sources For A Construction Project Entitled: Charbonneau Park Septic System Upgrades. The Construction Will Occur At Charbonneau Park, Snake River Mile 11, South Riverbank. This Solicitation Will Be An Invitation For Bid Resulting In The Award Of A Firm-fixed-price Construction Contract. The Magnitude Of Construction Is Estimated To Be Between $500,000 And $1,000,000. 100% Performance And Payment Bonds Will Be Required. The North American Industry Classification System (naics) Code For This Project Is 238910 - Site Preparation Contractors And The Associated Small Business Size Standard Is $19.0 Million.
this Sources-sought Notice Is A Tool To Identify Businesses With The Interest In And Capability To Accomplish The Work. Please Respond Only If You Intend To Propose On This Project When It Is Solicited In The Future.this Is Not A Solicitation.
responses To This Sources Sought Notice Should Include The Following Information:
a List Of No More Than Three Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Summary Scope Of Work. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, How It Relates To The Described Herein And Your Company’s Role In The Project, The Dollar Value, And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Company And/or In-house Personnel.
a Reference List For Each Of The Projects Submitted. Include The Name, Title, Phone Number, And Email Address For Each Reference.
if Subcontracting, State What Percentage Overall Will Be Subcontracted And What Portions Of The Work Would Be Subcontracted.
provide A Statement Of Your Company’s Business Size Status (large, Small, Hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regard To The Naics Code Listed Above.
provide A Statement That Your Company Intends To Submit An Offer On The Project When It Is Advertised.
provide A Statement Of Your Company’s Bonding Capacity. A Statement From Your Surety Is Not Required.
cage Code And Sam.gov Unique Entity Id (uei) Number.
this Sources Sought Notice Is For Market Research And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government To Pay For Information Submitted In Response To This Request. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. Respondents Will Not Be Notified Of The Results Of The Market Analysis And Debriefings Will Not Be Available. It Is The Reader's Responsibility To Monitor The Government Point Of Entry (gpe) Via Sam.gov Contract Opportunities For Any Resultant Or Future Solicitation Package(s) That May Be Issued.
submit This Information To Preston Jones, Contract Specialist, Via Email To Preston.e.jones@usace.army.mil. Your Response To This Notice Must Be Received On Or Before 3:00 Pm On 19 February 2025.
summary Of Scope Of Work:
the Existing Charbonneau Park Wastewater Treatment System In The Scope Of This Planned Contract Is Considered A Large On-site Septic System (loss), As Its Peak Design Capacity Of 6,875 Gallons Per Day (gpd) Exceeds The 3,500 Gpd On-site Sewage System (oss) Permit Capacity Threshold.the Loss Serves A Comfort Station, 54 Campsites (18 Of Which Have Sewer Connections, 16 Are Public Sites And Two Are Caretaker Sites), And A Marina Boat Pump-out Station. The Existing Septic Tank Treatment System Consists Of A Collection Tank, Two Septic Tanks In Series (6,000-gallon Primary Tank And 3,000-gallon Secondary Tank) And A Lift Station Tank For Pressurized Distribution To The Drain Field.
government Requirements:under The Planned Contract, The Contractor Will Be Required To Provide Thefollowing Construction Services:
the Objective Is To Install A Loss Upgrade That Meets The Requirements Of Washington State Department Of Health (wadoh). The Planned Tankage For The System Upgrade Includes The Use Of The Existing Primary 6,000-gallon And 3,000-gallon Septic Tanks. Additionally, There Will Be One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. All New Tanks Will Be Selected From The List Of Registered Sewage Tanks, As Established Under Wac 246-272c As Part Of Washington State Doh 337-046.
the Contractor Will Be Required To Install One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. Septic System Upgrade Will Also Include Replacement Of The Existing Marina Pump And Two Existing Lift Station Pumps. Install Specified Materials By A Licensed Septic Contractor Licensed For Such Work In Washington State. After Award, Contractor Must Submit License Showing They Are A Current Licensed Installer With The Washington State Department Of Health.
additive Contract Scope (see Dfars 236.213), Dependent Upon Available Funding And Bid Amounts, Will Include The Following Construction Services:
installation Of A New Septic System For The Volunteer Village At Charbonneau Park, Near Burbank, Washington.
the Septic System Shall Include The Installation Of A Drain Field, A 1,500-gallon Tank, A 2,000 Gallon Tank, Rv Sewer Hookups, And All The Associated Piping, Etc.
Closing Date19 Feb 2025
Tender AmountRefer Documents
8301-8310 of 8656 archived Tenders