Advertisement Tenders
Advertisement Tenders
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 172.6 K (USD 2.9 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 05, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300(18)24-12-499(o) & 300(18)24-12-498(o) Contract Name: Procurement Of General Merchandise (hardware And Construction Supplies) Location/purpose: For The Use In The Repair & Improvement Of Primary Clinical Laboratory At Sibuco Hospital, Poblacion, Sibuco, Zamboanga Del Norte. Approved Budget For The Contract (abc): Pr#300(18)24-12-499(o) – P169,833.62 Pr#300(18)24-12-498(o) - 2,856.00 Grand Total P172,689.62 (inclusive Of All Applicable Taxes) Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. 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, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 06 - 12, 2024 Availability And Issuance Of Bidding Documents December 06 - 13, 2024@ 08:30am Deadline For The Submission Of Bids December 13, 2024@ 08:30 Am Bid Opening And Evaluation December 13, 2024@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Merchandise (hardware And Construction Supplies) Pr#300(18)24-12-499(o) Abc: P169,833.62 1. 41 Bags Portland Cement 2. 66.6 Kgs Dsb 10mm Ø X 6.0m (18 Pcs) 3. 270 Pcs 100 Mm Thk Chb 4. 1 Kgs Tie Wire #16 5. 15 M Pvc Pipe 50mmø, Series 1000 (5 Pcs) 6. 9 M Pvc Pipe 100mmø, Series 1000 (3 Pcs) 7. 12 Ea 2” Ø Pvc Elbow 90° 8. 8 Ea 2” Ø Pvc Elbow 45° 9. 8 Ea 2”ø X 2”ø Pvc Wye 10. 2 Ea 2”ø Pvc Clean-out W/ Plug 11. 1 Ea 2”ø Pvc Tee 12. 2 Ea 4”ø Pvc Clean-out W/ Plug 13. 4 Ea 4”ø Pvc Elbow 90° 14. 5 Ea 4”ø Pvc Elbow 45° 15. 4 Ea 4”ø X 4”ø Pvc Wye 16. 3 Ea 4”ø Pvc Coupling 17. 8 Cans Solvent Cement – 400c 18. 18 Pcs 1/2"ø Pvc Elbow 19. 7 Pcs 1/2"ø Pvc Tee 20. 3 Pcs 1/2"ø Pvc Coupling 21. 3 Pcs 1/2"ø Pvc Female Adoptor 22. 5 Pcs 1/2"ø Pvc Male Adoptor 23. 1 Pc 1/2"ø Gate Valve 24. 5 Rolls Teflon Tape 3/4” 25. 6 Pcs Pvc Pipe 13mmø, Blue 26. 3 Sets Water Closet With Complete Fittings & Accessories 27. 2 Sets Countertop Lavatory With Complete Fitting & Accessories 28. 3 Sets Stainless Floor Drain 4” X 4” 29. 3 Pcs Stainless Faucet 1/2"ø 30. 17 Pcs Fiber Cement Board 6mm 31. 20 Pcs Metal Studs 0.60mm Thk X 35mm X 76mm X 3.0m 32. 7 Pcs Metal Tracks 0.60mm Thk X 35mm X 76mm X 3.0m 33. 2626 Pcs Blind Rivets 1/8”ø X 1/2" 34. 90 Pcs Metal Screw 1” 35. 3 Sets Door Knob 36. 5.04 M² Wooden Panel Door 0.80m X 2.10m 37. 5 Sets Loosepin Hinges 4” X 4” 38. 3 Pcs 1/8” Thk X 2” X 4” Rectangular Aluminum Tube, Analoc (for Door Jamb & Header, 3-sets D-1) 39. 15.84 M² Unglazed Tiles 0.60m X 0.60m (44 Pcs) 40. 7 Bags Tile Grout 41. 1 Pc Diamond Cutting Wheel 4” 42. 38.16 M² Glazed Tiles 0.60m X 0.60m (106 Pcs) 43. 6 Bags Tile Adhesive (25kg/bag) 44. 1 M Hardware Cloth 45. 1 Gals Concrete Neutralizer 46. 2 Gals Concrete Sealer/primer 47. 2 Gals Patching Compound 48. 4 Gals Semi-gloss (two Coat) 49. 4 Pint Tinting Color (optional) 50. 2 Sets Roller Paint 6” W/pan 51. 2 Pc Paint Brush 2” 52. 1 Pc Paint Brush 4” 53. 20 Pcs Sand Paper #120 54. 3 Gals Glazzing Puty 55. 2 Gals Flatwall Enamel 56. 2 Gals Quick Dry Enamel 57. 4 Gals Paint Thinner 58. 3.78 M² 0.60m X 2.10m Pvc Door W/ Jamb & Comp. Acc., (3 Sets) 59. 1 Pc Hacksaw Blade 60. 12 Pcs Led Bulb, 12 Watts 61. 12 Pcs Receptacle Socket 2”ø Plastic 62. 2 Rolls Electrical Tape, Big Sub-total: P169,833.62 Pr#300(18)24-12-498(o) Abc: P2,856.00 1. 3.5 M3 Sand Sub-total: P2,856.00 Grand Total: P172,689.62 ***nothing Follows***
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:roseburg delineated Area: north:kenneth Ford Dr south:se Ichabod St east:ne Pamona St west:loma Vista Dr gross Square Feet: 772 - 965 net Square Feet: 552 - 690 space Type: Retail gov Parking Spaces (total):2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Offizielle Bezeichnung Landeshauptstadt Wiesbaden Der Magistrat Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Soon12 Mar 2025
Tender AmountRefer Documents
Description: Public tender (service) Legal advice for the development plan procedure for the central location of the Federal Criminal Police Office Legal advice services for the development plan procedure (development plan, land use plan) for the central location of the Federal Criminal Police Office in the "Ostfeld" with an estimated order volume of ... More legal advice services for the development plan procedure (development plan, land use plan) for the central location of the Federal Criminal Police Office in the "Ostfeld" with an estimated order volume of approx. 400 hours. More or less work is possible. The state capital of Wiesbaden approved the Ostfeld urban development measure on September 17, 2020. One of the goals is to create an area of approx. 30 hectares on which the central location of the Federal Criminal Police Office (BKA) for up to 7,000 employees is to be built. After the conclusion of an urban development and landscape planning ideas competition in October 2024, the urban development design is currently being drawn up, which further develops and concretizes the winning design of the competition. This is to serve as the basis for the development plan. On April 2nd, the city council of the state capital Wiesbaden intends to pass a resolution in accordance with Section 2 Paragraph 1 of the Building Code to draw up the development plan with amendments to the land use plan in a parallel procedure. Legal support is sought to accompany the development plan procedure from the entry into force of the drafting decision, which in particular includes the following advisory items: - Answering project-related, individual questions relating to building planning law and questions relating to specialist planning law - Legal advice on procedural questions relating to the development plan procedure - Legal advice with regard to infrastructure and environmentally relevant measures (in particular road construction and development measures, emissions protection issues, nature and species protection measures) - Review of the development plans (development plan and land use plan including justification, environmental report, expert opinion) - Support in the formulation, graphic representation and justification of stipulations - Review of the meeting documents and documents for decision-making in the committees - Review, assessment and formulation of balancing proposals for the statements received as part of the participation - Preparation of statements - Optional preparation of an urban development contract (note: the client reserves the right to terminate the service if you It is necessary to award the contract to a third party. The bidder who is awarded the contract is not automatically entitled to the provision of the optional service) - Attendance at appointments The consulting effort is estimated at a total volume of approx. 400 hours. More or less services are possible. The service will begin when the preparation resolution comes into force (probably the second quarter of 2025). The legal advice service will be awarded until the development plan comes into force (probably August 2027). Legal support for a possible judicial review procedure is explicitly not part of the service advertised. The client reserves the right to award a contract for possible process support that is separate from this tender at some point.
City Of Baton Rouge Parish Of East Baton Rouge Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Notice To Bidders Electronic Or Sealed Bids Will Be Received By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. Until 11:00 A.m. February 13, 2025 For The Following: M13022 Rolling Stage Or Approved Equal Official Bid Documents Are Available At Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) Or By Request From The City Of Baton Rouge At Ssylvan@brla.gov. Mandatory Pre-bid Conference: Bidders / Contractors Must Attend The Mandatory Pre-bid Conference On January 30, 2025 At 9:00 A.m. The Address Is 275 S River Road, Baton Rouge, La 70802. Questions Regarding The Site Visit May Be Directed To Desmond Doucette @ (225) 921-5011. Bids Shall Be Submitted Electronically Via Www.centralbidding.com Or On The Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish Of East Baton Rouge Prior To The Bidding Deadline. Electronic Bids For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Immediately After The 11:00 A.m. Bid Closing. Bidders Or Their Authorized Representatives Are Invited To Be Present. Note: The City-parish Has Elected To Use Lapac, The State's Online Electronic Bid Posting And Notification System, In Addition To Its Standard Means Of Advertising This Requirement. This Invitation To Bid Is Available In Electronic Form At The Lapac Website Https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102. Bids, Amendments To Bids Or Request For Withdrawal Of Bids Received After Time Specified For Bid Openings Shall Not Be Considered For Any Cause Whatsoever. Inquiries Will Be Received Up Until 5 Pm On February 4, 2025. Full Information May Be Obtained Upon Request From The Above Address Or By Telephoning Sheneka Sylvan At (225) 389-3259, Ext. 3263, Or Via Email Ssylvan@brla.gov. Any Vendor Who Would Like To Listen To The Opening Of This Bid Can Access The Following Link, At The Date And Time Of This Bid 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 Link Will Provide You With Live Audio Access To This Bid Opening. The Link Will Be Live At The Noted Bid Opening Time For The Date Of Bid Opening. All Other Terms & Conditions Remain Unchanged. Notice To Bidders Electronic Or Sealed Bids Will Be Received By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. Until 11:00 A.m. February 13, 2025 For The Following: M13022 Rolling Stage Or Approved Equal Official Bid Documents Are Available At Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) Or By Request From The City Of Baton Rouge At Ssylvan@brla.gov. Mandatory Pre-bid Conference: Bidders / Contractors Must Attend The Mandatory Pre-bid Conference On February 4, 2025 At 9:00 A.m. The Address Is 275 S River Road, Baton Rouge, La 70802. Questions Regarding The Site Visit May Be Directed To Desmond Doucette @ (225) 921-5011. Bids Shall Be Submitted Electronically Via Www.centralbidding.com Or On The Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish Of East Baton Rouge Prior To The Bidding Deadline. Electronic Bids For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Immediately After The 11:00 A.m. Bid Closing. Bidders Or Their Authorized Representatives Are Invited To Be Present. Note: The City-parish Has Elected To Use Lapac, The State's Online Electronic Bid Posting And Notification System, In Addition To Its Standard Means Of Advertising This Requirement. This Invitation To Bid Is Available In Electronic Form At The Lapac Website Https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102. Bids, Amendments To Bids Or Request For Withdrawal Of Bids Received After Time Specified For Bid Openings Shall Not Be Considered For Any Cause Whatsoever. Inquiries Will Be Received Up Until 5 Pm On February 4, 2025. Full Information May Be Obtained Upon Request From The Above Address Or By Telephoning Sheneka Sylvan At (225) 389-3259, Ext. 3263, Or Via Email Ssylvan@brla.gov. Any Vendor Who Would Like To Listen To The Opening Of This Bid Can Access The Following Link, At The Date And Time Of This Bid 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 Link Will Provide You With Live Audio Access To This Bid Opening. The Link Will Be Live At The Noted Bid Opening Time For The Date Of Bid Opening. All Other Terms & Conditions Remain Unchanged.
Offizielle Bezeichnung Landeshauptstadt Wiesbaden Der Magistrat Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Soon12 Mar 2025
Tender AmountRefer Documents
Description: Public tender (service) Legal advice for the development plan procedure for the central location of the Federal Criminal Police Office Legal advice services for the development plan procedure (development plan, land use plan) for the central location of the Federal Criminal Police Office in the "Ostfeld" with an estimated order volume of ... More legal advice services for the development plan procedure (development plan, land use plan) for the central location of the Federal Criminal Police Office in the "Ostfeld" with an estimated order volume of approx. 400 hours. More or less work is possible. The state capital of Wiesbaden approved the Ostfeld urban development measure on September 17, 2020. One of the goals is to create an area of approx. 30 hectares on which the central location of the Federal Criminal Police Office (BKA) for up to 7,000 employees is to be built. After the conclusion of an urban development and landscape planning ideas competition in October 2024, the urban development design is currently being drawn up, which further develops and concretizes the winning design of the competition. This is to serve as the basis for the development plan. On April 2nd, the city council of the state capital Wiesbaden intends to pass a resolution in accordance with Section 2 Paragraph 1 of the Building Code to draw up the development plan with amendments to the land use plan in a parallel procedure. Legal support is sought to accompany the development plan procedure from the entry into force of the drafting decision, which in particular includes the following advisory items: - Answering project-related, individual questions relating to building planning law and questions relating to specialist planning law - Legal advice on procedural questions relating to the development plan procedure - Legal advice with regard to infrastructure and environmentally relevant measures (in particular road construction and development measures, emissions protection issues, nature and species protection measures) - Review of the development plans (development plan and land use plan including justification, environmental report, expert opinion) - Support in the formulation, graphic representation and justification of stipulations - Review of the meeting documents and documents for decision-making in the committees - Review, assessment and formulation of balancing proposals for the statements received as part of the participation - Preparation of statements - Optional preparation of an urban development contract (note: the client reserves the right to terminate the service if you It is necessary to award the contract to a third party. The bidder who is awarded the contract is not automatically entitled to the provision of the optional service) - Attendance at appointments The consulting effort is estimated at a total volume of approx. 400 hours. More or less services are possible. The service will begin when the preparation resolution comes into force (probably the second quarter of 2025). The legal advice service will be awarded until the development plan comes into force (probably August 2027). Legal support for a possible judicial review procedure is explicitly not part of the service advertised. The client reserves the right to award a contract for possible process support that is separate from this tender at some point.
Offizielle Bezeichnung Tender
Others
Germany
Closing Date3 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Creation and implementation of a tourism strategy including a structural and digital concept for the destination management organization Vulkanregion Vogelsberg Tourismus GmbH Creation and implementation of a ... More creation and implementation of a tourism strategy including a structural and digital concept for the destination management organization Vulkanregion Vogelsberg Tourismus GmbH Creation and implementation of a tourism strategy including a structural and digital concept for the destination management organization Vulkanregion Vogelsberg Tourismus GmbH Creation and implementation of a tourism strategy including a structural and digital concept for the destination management organization Vulkanregion Vogelsberg Tourismus GmbH Service: Creation of a tourism strategy including a structural concept and a digital concept as well as their implementation. During implementation, it should be taken into account that strategy adjustments may still have to be made. Components of the service: 1. Conceptual design 1.1: Tourism concept for the Vogelsberg destination - In-depth analysis of the initial tourism situation - Objectives, vision, mission, key figures / KPIs - Fields of action, key projects, measures - Positioning, target groups, target/source markets, offer topics - Basics for the experience space planning - Time and process planning for implementation - Consideration of the brand personality 1.2: Structural concept for the Vogelsberg destination - Corporate concept for VVT, building on the destination strategy for the Vogelsberg destination, derivation of a strategy map with corresponding key projects - Task and structural concept for the destination including the local level or tourism working groups (tags) in the Vogelsberg destination - Role and integration of the Vogelsberg Volcanic Region Geopark and the Vogelsberg Volcanic Region Nature Park - Structural integration of functional partners, service providers, voluntary actors 1.3 Basic creation/integration of the brand and communication/digital concept - Support in the creation of the tenders for the following, building orders of the Brand and communication/digital concept - Support and co-development of the brand and communication/digital concept, based on the tourism strategy and structural concept (the creation and individual steps of the implementation of the brand and communication/digital concept are advertised separately, cooperation with the respective companies must take place during the course of the project) - Anchoring the brand and communication/digital concept in the overall strategy 2 Implementation 2.1 Setting up the implementation - Development of an implementation plan, implementation monitoring and controlling as well as a regular evaluation system - Planning and implementation of a campaign to "roll out" the tourism concept, the structural concept, brand and communication/digital concept in the region - Evaluation of the implementation after two years, updating the fields of action, key projects and measures 2.2 Information and qualification - Development of information and qualification material for implementation for the local level and the tourism service providers - Information, motivation and qualification of the local level of the cities and municipalities as well as the service providers, for this purpose conducting workshops and Events 2.3 Implementation coaching - Operational support in digital management and implementation support of the brand and communication/digital concept - Support and advice in the implementation of selected key projects and measures for the implementation of the tourism strategy 3 Additional/organizational costs - Travel costs - Catering - Premises
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (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, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: This Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. This Commercial Item Is Being Conducted Under Far Part 13 Simplified Acquisition Procedures. Va Will Conduct The Procurement According Of Far Part 12 Acquisition Of Commercial Items And Far Part 13 Simplified Acquisition Procedures. solicitation Number 36c24w25q0044. This Solicitation Is Issued As A Request For Quotation (rfq). The Government Requires That All Contractors Doing Business With This Office Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company That Is Not Registered In Sam. For Additional Information And To Register In Sam, Access The Website At Https://ww.sam.gov/. Please Ensure Representations And Certifications Are Complete To Allow Contracting Officers To Determine Your Business Size And Any Additional Socio-economic Categories, If Applicable. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular: 2025-02, January 03, 2025 this Is Unrestricted. Naics Code 323111. Business Size: 750 line Item
description
quantity
0001
21450 Markforged, Inc X7
1 Ea
0002
s-df-0003 Markforged, Inc On Prem Subscription (replacing Software)
1 Ea
0003
s-df-21450 Markforged, Inc Essential Subscription (replacing Support)
1 Ea
0004
f-mf-0001 Markforged, Inc 800cc Onyx Filament Spool
5 Ea
0005
5 F-fg-0005 Markforged, Inc 150cm3 Carbon Fiber Cff Spool
2 Ea
0006
f-fg-0006 Markforged, Inc 150cm3 Kevlar Cff Spool 2 Ea
0007
gsmf-inst Govsmart, Inc.installation And Training For Markforged 3d Printers
1 Ea description Of Requirement: Brand Name Or Equal: 3d Printer the Va North Texas Health Care System (vanthcs) Has A Requirement To Purchase Dental Equipment With An Authorized Vendor To Supply And Deliver The Item(s) Identified In Part V. See Attachments For Salient Characteristics. This Requirement Is In Support Of The Activation Of The Garland Dental Expansion. date And Place Of Delivery: Items Needs To Be Delivered And Or Installed After Receipt Of Purchase Order And No Earlier Than April 18, 2025 But No Later Than May 18, 2025 To: va San Diego Spinal Cord Injury And Clc
3350 La Jolla Village Drive
san Diego, Ca 92161 delivery Shall Be Freight On Board (fob)- Destination. The Vendor Is Required To Define The Need For A Staging Area To Accommodate Item Delivery, If Needed. Post-award, This Information Will Be Confirmed With The Vendor. The Delivery Of Items Identified In This Document Shall Take Place During Normal Business Hours Which Are Defined As: 0800 To 1600 (i.e.: 8:00am To 4:00pm Central Standard Time), Monday Through Friday, And Excluding Federal Holidays. Labeling Of Delivered Items Shall Include The Va Facilities Contract Number And Va Purchase Order Number For Identification And Reference Upon Receipt Of Product. if The Vendor Requires The Use Of The Government S Activation Contractor S Warehouse To Meet The Requirements Of This Contract The Vendor Must Provide A Certificate Of Insurance Prior To The Delivery And Offloading Of The Item(s). This Insurance Certificate Must Be Completed And Presented To The Activation Contractor Prior To Delivery. The Vendor Shall Communicate Through The Va Poc Any Required Coordination Requirements. The Vendor Shall Provide A Completed Va Form 6550 With Submittal Documents For Any And All Item(s) That May Connect To The Va Network And Medical Devices That Store Sensitive Patient Information. far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1 Instructions To Offerors Commercial. please Provide The Following To Alexandra Arzola At Alexandra.arzola@va.gov
contractor S Administration Data
company Name
contact Person
title
address
city/state/zip
phone
fax
e-mail
tax Id No
unique Entity Identifier (eui) provide A Complete Quote Per Line Items (v) And (vi) Listed Above.
acknowledge Any And All Amendments To Solicitations.
complete And Return Provision 52.212-3 With Quote.
provide Illustration(s) Of The Product.
complete 52.225-2 Buy American Certificate. offerors May Either (1) Complete All Relevant Portions Of The Provision Or (2) Complete Paragraph (b) Of The Provision And Indicate That It Has Completed Official Representations And Certifications Online Through Www.sam.gov far 52.212-2, Evaluation Simplified Acquisition Procedures (nov 2021), Applies To This Acquisition. the Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. basis For Award: The Government Will Select The Offeror That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. Following Receipt Of Offers, The Government Will Perform A Comparative Evaluation, In Accordance With Far 13.106-2(4)(ii) Of The Proposed Services. The Government Will Compare Offers To One Another To Select The Service That Best Benefits The Government By Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In This Request For Quote Will Determine Suitability. 52.212-3, Offerors Are To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer. Far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition, As Well As The Following Addenda: 52.203-17 Contractor Employee Whistleblower Rights 52.204-13 System For Award Management Maintenance
52.204-18 Commercial And Government Entity Code Maintenance
852.203-70 Commercial Advertising
852.215-70 Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation)
852.215-71 Evaluation Factor Commitments
852.246-71 Rejected Goods far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Items, Applies To This Acquisition. 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204 27, Prohibition On A Bytedance Covered Application (jun 2023)
52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023)
52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021)
52.219-6, Notice Of Total Small Business Set-aside (nov 2020)
52.219 28, Post-award Small Business Program Representation (sep 2023) 52.222 19, Child Labor Cooperation With Authorities And Remedies (nov 2023)
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222 26, Equal Opportunity (sep 2016)
52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-50, Combating Trafficking In Persons (nov 2021)
52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
52.225-1 Buy American Supplies (oct 2022)
52.225-2 Buy American Certificate (oct 2022)
52.225-13, Restrictions On Certain Foreign Purchases (feb 2021)
52.229 12, Tax On Certain Foreign Procurements (feb 2021)
52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) the Submission Date And Time Of Proposals Are As Follows:
february 18, 2025
4:00pm Central Standard Time (cst)
email Only: Alexandra.arzola@va.gov
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Sources Sought Response Form saoc 2-bay Maintenance Hangar – 35% To Rta Ae Design offutt Afb, Ne sources Sought Notice # W9128f25sm019 purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description: progress An Already Completed 35% Design Through Ready-to-advertise (rta), Construction Contract Award, And Construction Phase Services For A New 2-bay Maintenance Hangar, With Potentially An Option For An Additional 1-bay Fuel Cell And Corrosion Control Hangar (subject To The Availability Of Funds), To Support The Air Force’s New Survivable Airborne Operations Center (saoc) Airframe. This Project Provides A Fully Enclosed 314,600 Sf 2-bay Maintenance Hangar With Operations (ops) To Accommodate Maintenance Activities For Two (2) Fully Enclosed Boeing 747-8i Aircraft. This Facility Will Also House An Aircraft Maintenance Unit (amu); 68,000 Sf Of Consolidated Tool Kit (ctk) Space; And 78,000 Of Contractor Logistics Support (cls) Supply Space. The Project’s Construction Includes, But Is Not Limited To, Concrete Foundation And Floor Slab, Steel High Bay, Standing Seam Metal Roof, Dual Bridge Crane Telescopic Maintenance Platforms, Motorized Hangar Doors And Tracks, Fire Alarm And Suppression System To Include Cranes, And All Necessary Support. Aircraft Hangar Requires Such Areas As Administrative, Tool Room, Supply/bench Stock Area, Storage, Shop Areas, Emergency Shower And Eyewash Stations, Locker Areas With Shower, And Break Area. Includes Secure Space. Sensitive And/or Special Access Program Spaces Shall Comply With The Intelligence Community Directive 705 Criteria And Standards. This Project Is Authorized A Generator, Per Afi 32-1062. Includes Utilities, Pavements, Site Improvements, Communications And All Other Necessary Support To Provide A Complete And Useable Facility. Hangar Access Airfield Pavements Will Clear, Excavate, Place Base Material And Concrete Pavement, Asphalt Shoulder, Airfield Markings, Storm Water Retention, Storm Drainage, Lighting And All Other Necessary Support. Appropriate Cybersecurity Measures Will Be Applied To The Facility-related Control Systems In Accordance With Current Dod Criteria. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. this Project May Include The Design Of A 1-bay Fuel Cell And Corrosion Control Hangar. This Project Provides A Fully Enclosed 141,000 Sf 1-bay Fuel Cell And Corrosion Control Hangar To Accommodate Maintenance Activities For One Fully Enclosed Boeing 747-8i Aircraft. This Facility Will Also House A Storage Space For Various Vehicles And Winter Ops (6,500 Sf). The Project’s Construction Includes, But Is Not Limited To, Concrete Foundation And Floor Slab, Steel High Bay, Standing Seam Metal Roof, Motorized Hangar Doors And Tracks, Fire Alarm And Suppression System, And All Necessary Support. Aircraft Hangar Requires Such Areas As Administrative, Tool Room, Supply/bench Stock Area, Storage, Shop Areas, Emergency Shower And Eyewash Stations, Locker Areas With Shower, And Break Area. Includes Utilities, Pavements, Site Improvements, Communications And All Other Necessary Support To Provide A Complete And Useable Facility. Hangar Access Airfield Pavements Will Clear, Excavate, Place Base Material And Concrete Pavement, Asphalt Shoulder, Airfield Markings, Storm Water Retention, Storm Drainage, Lighting And All Other Necessary Support. Appropriate Cybersecurity Measures Will Be Applied To The Facility-related Control Systems In Accordance With Current Dod Criteria. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. estimated Project Solicitation Issue Date: May 2025 small Businesses Are Reminded Under Far 52.219-14(c)(1), Limitations On Subcontracting Services, At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. responses: Please Respond To All Information Requested In This Notice Not Later Than 2pm Central Time 18 February 2025. Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: Sfc Trisha Connors, Trisha.k.connors@usace.army.mil And Jessica Jackson, Jessica.r.jackson@usace.army.mil. required Information To Be Submitted In Response To This Notice: 1. Company Name, Address, Phone Number, Point Of Contract, Email, Web Address: 2. Cage Code And Unique Entity Identifier (uei): 3. North American Industry Classification System Code (naics): 4. State Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above 1.is Your Company Currently Registered In System For Award Management (sam)? 2.has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements: 1.what Experience Does Your Company Have In Designing Department Of Defense (dod) Hangars For Wide-body Commercial Derivative Aircraft? 2.what Experience Does Your Company Have In Designing Spaces In Accordance With Icd 705 Standards? 3.what Experience Does Your Company Have In Completing Full Designs For A Facility 300,000 Square Feet Or Larger? submission Details: all Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 541330, Engineering Services Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature As Described In The Project Description. Narratives Shall Be No Longer Than 3 Pages. Email Responses Are Required. please Include The Following Information In Your Response/narrative: •company Name, Address, And Point Of Contact, With Phone Number And Email Address •cage Code And Duns/eid Number •business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture •details Of Similar Projects And State Whether You Were The Prime Or Subcontractor •project References (including Owner With Phone Number And Email Address) •project Cost, Duration, And Complexity Of Job •information On Your Bonding Capability - Specifically Identify Capacity Of Performance And Payment Bonds – Not Applicable in Accordance With Dfars 236.204, The Magnitude Of The Construction Project Associated With This Ae Requirement Is Expected To Range Over $500,000,000. comments: provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted.
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 13.7 Million (USD 235.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00032 (re-advertisement) : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱13,758,970.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00032: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465 Contract Id No. : 25b00032 Location : Cordon, Isabela Brief Project Description : Construction Of Pccp Road, Length = 0.553 Km, 1.106 Lane-km, With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction (0.10 M Thick – Acp, 0.23 M Thick – Pccp) • Excavation (surplus Common) • Subgrade Preparation Existing Pavement Subbase And Base Course • Aggregate Base Course • Polymer Stabilized Subbase/base/surface Course Surface Courses • Pccp, 0.30m Thick, 7-day Concrete Miscellaneous Structures • Road Signs (warning, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Roadway Lighting • Rc Pedestal/pole Approved Budget For The Contract (abc) : ₱13,758,970.00 Contract Duration : 83 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 18 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 16 - 22, 2025 Conspicuous Place (procurement Bulletin Board): January 16 - 22, 2025
8521-8530 of 9656 archived Tenders