Building Tenders
Building Tenders
City Of Jackson Tender
Civil And Construction...+1Bridge Construction
United States
Details: Advertisement For Bids – Notice To Contractors City Of Jackson Beasley Road Bridge Rehabilitation Project Jackson, Mississippi Project No. 24bxxxx.xxx Sealed Bids Will Be Received By The City Of Jackson, Mississippi, Until 3:30 P.m. Cst, Tuesday February 25th 2025 At The City Clerk’s Office Located At 219 S. President St., For Supplying All Labor, Materials And Equipment As Required Under The Plans And Specifications For The Construction Of City Of Jackson Beasley Road Bridge Rehabilitation, City Project No. 24bxxxx. Please Address Envelope To City Clerk, P.o. Box 17, Jackson, Ms 39205. The Entire Project Must Be Completed Within (120) Working Days. The Contract Will Be Subject To Liquidated Damages In The Amount Of One Thousand Dollars ($1000.00) Per Calendar Day For Each Consecutive Calendar Day On Which The Contract Time Is Exceeded. The City Of Jackson Is Committed To The Principle Of Non-discrimination In Public Contracting. It Is The Policy Of The City Of Jackson To Promote Full And Equal Business Opportunity For All Persons Doing Business With The City. As A Precondition To Selection, Each Contractor, Bidder Or Offeror Shall Submit A Completed And Signed Equal Business Opportunity (ebo) Ordinance. Failure To Comply With The City’s Ordinance Shall Disqualify A Contractor, Bidder Or Offeror From Being Awarded An Eligible Contract. For More Information On The City Of Jackson’s Equal Business Opportunity Program, Please Contact The Office Of Economic Development At (601) 960-1856. Copies Of The Ordinance, Ebo Plan Applications And A Copy Of The Program Are Available At 200 South President Street, Warren Hood Building, Second Floor, Jackson, Mississippi. The City Of Jackson, Mississippi (“city Of Jackson”) Is Committed To Cultivating And Ensuring The Quality Of Life Of Its Citizens, Through Various Programs, Employment, Initiatives, And Assistance. The City Encourages All Persons, Corporations, And/or Entities Doing Business Within The City, As Well As Those Who Seek To Contract With The City On Various Projects And/or Conduct Business In The City To Assist The City In Achieving Its Goal By Strongly Considering City Residents For Employment Opportunities. The City Of Jackson Hereby Notifies All Bidders That In Compliance With Title Vi Of The Civil Rights Act Of 1964, As Amended, 42 U.s.c. 2000d To 2000d-4 That All Bidders Will Be Afforded Full Opportunity To Submit Bids In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, National Origin, Sex, Or Disability In Consideration For An Award. Contract Drawings, Contract Specifications, And Proposals Forms Are On File And Open To Public Inspection On The 4th Floor (engineering Division) Of The Warren Hood Building Located At 200 South President Street, Jackson, Ms 39205. One (1) Copy Of The Plans, Specifications, And Contract Documents May Be Procured At The Office Of The Engineer Between The Hours Of 8 Am And 5 Pm, Local Time, Monday Through Friday Or By Appointments, Upon Payment Of $100.00 Dollars For Each Set, Which Will Not Be Refunded. Checks Are To Be Made Payable To The Engineer. The Engineer Is Myriad Engineering Solutions, Llc, 4780 I-55 N, Suite 100, Jackson, Mississippi 39211; (601) 207-1560. For Technical Questions, Please Contact Stephanie Vivians, P.e., At Myriad Engineering Solutions, Llc. The Standard Specifications Adopted By The City Council May Be Procured From The Department Of Public Works, If Desired Upon Payment Of $5.00 Dollars For Each Specification. Bidders Must Be Qualified Under Mississippi Law And Possess A Certificate Of Responsibility Issued By The Mississippi State Board Of Contractors Establishing Its Classification As To The Value And Type Of Construction On Which It Is Authorized To Bid. Each Bidder Must Deposit With Its Proposal A Bid Bond Or Certified Check-in Amount Equal To Five Percent (5%) Of The Total Bid For The Work, Payable To The City Of Jackson, As The Bid Security. The Successful Bidder Shall Furnish A Performance Bond And Payment Bond Each In The Amount Of One Hundred Percent (100%) Of The Contract Amount Awarded. Attorneys-in-fact Who Sign Bid Bonds Or Payment Bonds And Performance Bonds Must File With Each Bond A Certified And Effective Dated Copy Of Their Power Of Attorney. Each Bidder Must Submit With His Bid A Separate Attachment Stating His Qualifications To Perform The Work. The Statement Of Qualifications Shall List Projects Of Similar Size And Nature, A List Of References With Name And Telephone Number, A List Of Key Personnel Who Will Perform The Work, And Other Information Supporting The Bidder’s Qualifications. Failure To Provide This Information Will Cause The Contractor’s Proposal To Be Rejected By The Owner As Non-responsive. Proposals Shall Be Submitted In Triplicate, Sealed And Deposited With The City Of Jackson’s City Clerk Prior To The Hour And Date Designated Above. Each Bidder Shall Write Its Certificate Of Responsibility Number On The Outside Of The Sealed Envelope Containing Its Proposal. The City Of Jackson Reserves The Right To Reject All Bids And To Waive Any And All Informalities
Closing Date18 Mar 2025
Tender AmountRefer Documents
Vermilion Parish School Board Tender
Real Estate Service
United States
Details: Notice To Bidders The Vermilion Parish School System Will Receive Sealed Bids Until 2:30 P.m., Thursday, March 13, 2025, In The Vermilion Parish School System Main Building, 3rd Floor Conference Room, 220 South Jefferson Street, Abbeville, Louisiana 70510, For The Purpose Of A Hunting, Grazing And Trapping (excluding Alligator) Lease On The Following Sixteenth Section, In Accordance With Statutes Regulating The Leasing Of Public Lands: Bid 2025.770 - Section 16, Township 17 South, Range 2 East Hunting, Grazing And Trapping (excluding Alligator) Lease – 640 Acres More Or Less (chenier Tigre) Bid Opening: Thursday, March 13, 2025 @ 2:30 P.m. As This Property Contains Improvements Made By The Prior Lessee, Pursuant To La. R.s. 17:87.8, Any Bidder Must Stipulate In His Bid That He Will Pay The Prior Lessee A Sum Equal To The Appraised Value Of Such Improvements As Determined By A Recognized Appraiser Of Real Estate Selected By The School Board. It Is Understood That The Successful Bidder Will Take Into Consideration That Another Lessee May Use The Land For Hunting And Trapping Or Baiting Alligator (alligator Only) According To Regulations Set Forth By The Louisiana Wildlife And Fisheries Commission. 1. Bids May Be Submitted For A Period Not To Exceed Five (5) Years. 2. No Bid Can Be Considered For Less Than Fifteen Thousand Five Hundred Dollars ($15,500.00) Per Year. 3. Payment For First Year Rental Must Accompany The Bid Form Obtained From The Vermilion Parish School System For Bid 2025.770, And The Contract Will Be Issued For A Period Beginning April 24, 2025. 4. No Lease Can Be Executed For More Than The Amount Of Acres In The Section To Bid On, And No Lessee Can Own More Than One Lease. 5. The Lease Will Be Covered By The Vermilion Parish School System Blanket Insurance Policy. Lessee Will Be Required To Pay Their Portion Of The Insurance Premium Upon Execution Of The Lease. 6. No Lessee May Assign, Sublease, Or Transfer His Lease. 7. The Payment Required In Paragraph 2, Shall Be By Certified Check Or Cashier’s Check. Bids Must Be Sealed And The Envelope Marked: "bid 2025.770 - S16-t17s-r2e, Hunting, Grazing And Trapping (excluding Alligator) Lease – Bid Opening: Thursday, March 13, 2025 @ 2:30 P.m., And Include The Bidder’s Name And Address.” Bid Packet For The Above May Be Obtained By Emailing Lori Fontenot (lori.fontenot@vpsb.net), Visiting Www.vpsb.net, Or Www.centralbidding.com. Bids Submitted Prior To This Date And Time Should Be Properly Marked On The Outside Of The Sealed Envelope And Should Be Mailed Or Delivered To Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, P. O. Drawer 520, Abbeville, Louisiana 70510. Written Receipts For Bids Will Be Issued According To Law. The Board Reserves The Right To Reject Any And/or All Bids. Vermilion Parish School System Thomas J. Byler Secretary-treasurer Publication Dates: February 19, February 26, And March 5, 2025
Closing Date13 Mar 2025
Tender AmountRefer Documents
Ministry of Defense - General Office Tender
Others...+2Civil And Construction, Civil Works Others
Saudi Arabia
Description: Development of the security system for security surveillance cameras for the Executive Affairs buildings
Closing Date14 Mar 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Interkommunale Vergabestelle Des Landkreises Fulda Im Auftrag Der Gemeinde Flieden Tender
Civil And Construction...+1Road Construction
Germany
Description: Public tender Vob/a Municipality of Flieden, development of new building area Schelmshecke Ot Schweben Road construction Soil removal Incl. topsoil Approx. 2740 m³ soil application Incl. topsoil Approx. 1680 m³ frost protection layer Approx. 1130 m³ asphalt b ... Multi-municipality of Flieden, development of new building area Schelmshecke Ot Schweben Road construction Soil removal Incl. topsoil Approx. 2740 m³ soil application Incl. Topsoil Approx. 1680 M³ Frost protection layer Approx. 1130 M³ Asphalt construction Approx. 2090 M² Paving work Approx. 540 M2 Board system Approx. 925 M Canal Excavation Approx. 3350 M³ Dn 200pp Approx. 80 M Dn250pp Approx. 400 M Dn400pp Approx. 25 M Dn300sb Approx. 45 60 M Dn500sb Approx. 7 M Reinforced concrete shafts 4 pcs Plastic shafts 27 pcs House connections Rw & Sw 23 pcs each Wastewater pumping station 1 pc Rainwater treatment 1 pc Supply lines Excavation Twl Approx. 380 M Excavation Twl Dn 40*3.7 Approx. 140 M
Closing Soon11 Mar 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice – general guidelines, standard rules for negotiated procedures with prior publication of a call for competition/negotiated procedures (services) General planning Hello, The city of Kassel intends to expand the Bettenhausen daycare center, as well as to convert and renovate the existing premises. The daycare center expansion and all of the conversion and renovation measures, including the addition and adaptation of the outdoor facilities, are to be completed in construction phases by the end of 2031. For this project, the contractor is to take on the overall planning as the sole person responsible, and the client will assign the essential architectural and specialist planning services to him. All planning services that are commissioned by the client in stages in accordance with Hoai (lph 1 9) for the general planning and structural implementation of the Bettenhausen daycare center are the responsibility of the contractor. The usable area for the existing building is approx. 1000 m² Bgf and for the extension approx. 700 m² Bgf. General planning Hello, The city of Kassel intends to expand the Bettenhausen daycare center, as well as to convert and renovate the existing premises. The daycare center extension and all the conversion and renovation measures, including the addition and adaptation of the outdoor facilities, are to be implemented in construction phases by the end of 2031. For this project, the contractor is to take over the overall planning as the sole overall responsible party, and is to be assigned the essential architectural and specialist planning services by the client. All planning services that are commissioned by the client in stages in accordance with Hoai (lph 1 9) for the general planning and construction of the Bettenhausen daycare center are the responsibility of the contractor. The usable area for the existing building is approximately 1000 m² Bgf and for the extension approximately 700 m² Bgf.
Closing Date24 Mar 2025
Tender AmountRefer Documents
CITY GOVERNMENT OF PUERTO PRINCESA Tender
Civil And Construction...+1Civil Works Others
Philippines
Description: Completion Of City Engineering And Architecture Building (fixtures, Office Furniture) , Construction Projects ,city Government Of Puerto Princesa
Closing Date17 Mar 2025
Tender AmountPHP 49.4 Million (USD 854.1 K)
Municipality Of Loon, Bohol Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Loon Office Of The Bids & Awards Committee Vision: A Socioeconomically Developed Town With Empowered People Who Nurture Their Heritage And Sustainably Manage Their Resources Through Shared And Service-oriented Governance Mission: To Create A Socioeconomically Developed Environment Through Sustainable Management Of Resources And Enhancement Of People’s Capabilities For Inclusive Growth Invitation To Bid Purchase Of Office Equipment & Furniture For Colegio De Loon 1. The Local Government Unit Of Loon, Bohol Through Its Appropriation From The General Fund Intends To Apply The Sum Of Two Hundred Nine Thousand Nine Hundred Ninety-seven Pesos (₱ 209,997.00) Being The Approved Budget For The Contract (abc). 2. The Local Government Unit Of Loon Now Invites Bids For The Purchase Of Office Equipment & Furniture For Colegio De Loon Prospective Bidders Should Have Completed A Similar Project In The Past Two (2) Years. Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria 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 Office Of The Bids And Awards Committee [bac], Through The Bac Secretariat, Conference Room, New Building Municipal Hall, Loon, And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., 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 Non-refundable Fee For The Bidding Documents In The Amount Of ₱ 500.00. 6. Bids Must Be Delivered To The Address On Or Before March 4, 2025, At 8:30 Am At The Office Of The Bids And Awards Committee, Conference Room, Municipal Hall, Cogon Norte, Loon, Bohol. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Will Not Be Accepted 7. The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule • Advertisement/posting Of Iaeb February 25, 2025 • Availability And Issuance Of Bidding Documents February 25, 2025 • Submission Of Technical And Financial Proposals March 4, 2025; 8:30 Am • Opening And Evaluation Of Technical Proposals March 4, 2025; 8:30 Am • Opening Of Financial Proposals March 4, 2025 8. The Bac 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 Incurring Any Liability To The Affected Bidder Or Bidders. ¬ Approved By: Sheila L. Castrojo Bac Chairperson
Closing Soon4 Mar 2025
Tender AmountPHP 209.9 K (USD 3.6 K)
Province Of Davao Del Sur Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid (ib) No. C-054-25 One Job Order For The Repair Of Regional Evacuation Center Located At Capitol Compound, Matti, Digos City, Davao Del Sur All In Accordance To Plans, Specifications And Scope Of Work And The Green Procurement Policy As Adopted By Executive Order No. 30 Series Of 2019 1.the Provincial Government Of Davao Del Sur, Through The Cy 2024 - General Fund (70% Ldrrm Fund) Intends To Apply The Sum Of P2,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib No.c-054-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 75 Calendar Days Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Engr. Shiela Mae A. Zapanta, Mpa Administrative Officer Iv Head, Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25- March 18, 2025, At The Procurement Management Office Room 16 (bac Secretary For Infrastructure Projects), Executive Building, Capitol Compound, Barangay Matti, Digos City, Davao Del Sur With The Official Website Https://davaodelsur.gov.ph/ Upon Accomplishing A Bidder’s Assessment Slip Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Of P5,000.00. The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. 6.the Provincial Government Of Davao Del Sur Will Hold A Pre-bid Conference On March 04, 2025, 9:00 A.m. At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidder. 7.bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted. advance Dropping (before March 18, 2025) – Room 16, Procurement Management Office (infrastructure Projects), Capitol Building, Matti, Digos City. date Of Opening (march 18, 2025), Before 9:00 A.m.) – At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9.bid Opening Shall Be On March 18, 2025 At 9:00 A.m., At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.process As To Purchase Of Bidding Documents: A.a Special Power Of Attorney From The Proprietor Of The Company Or A Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. B. The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity. C.payment Of Bidding Documents Fee At The Provincial Treasurer’s Office. D.presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents: A.two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled. B. Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright. C.envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. 11.the Provincial Government Of Davao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Contact No: 09487685848 Email Address: Sbacdavaodelsur@gmail.com Engr. Shiela Mae A. Zapanta, Mpa Head, Bac Secretariat For Infrastructure Projects Pgo – Procurement Management Office Office Of Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur Contact No: 09487685848; Email Address: Sbacdavaodelsur@gmail.com 13.you May Visit The Website, Www.davaodelsur.gov.ph, For Downloading Of Bidding Documents. Dessamie Buat- Sanchez, Cpa, Jd Provincial Budget Officer Bac Chairperson February 24 , 2025
Closing Date18 Mar 2025
Tender AmountPHP 2 Million (USD 34.5 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connection With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals.
the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Doppler Weather Radar System In Support Of A Us Government Foreign Partner, The Albanian Armed Forces (aaf) At Kucova Air Base, Albania.
any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The Us Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb.
overview
the Program Is In Support Of Us Government Foreign Partner, The Aaf At Kucova Air Base, Albania. The Program Will Provide One (1) Doppler Weather Radar System And Necessary Communications And Electrical Power Connections To Kucova Communication Network And Electrical Power Systems. The Doppler Weather Radar System Equipment, Nominal Selected Location At Kucova Drone Hangar, Will Connect To The Kucova Air Traffic Control Tower (atct) For The Radar Display Equipment Through The Fiber Optic Communication Network. The Doppler Weather Radar System Equipment Will Connect To Available Hangar Building Electrical Power. The Doppler Weather Radar Antenna Subsystem Will Be Installed On The Hangar Roof. In The Event The Kucova Drone Hangar Facility Is Not Suitable For The Doppler Weather Radar System, One Or More Locations May Be Considered During The System Manufacturer/provider (contractor) Site Survey.
the Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation And Connection To Existing Power And Communication Infrastructure, Factory Acceptance Test (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, System Manuals, Shipping To Kucova Air Base, Spares, Consumables, Special Tools And Other Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Commercial Warranty, And 5-years Repair And Return (r&r).
requested Information
information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page:
• Company Name/division, Address, Telephone Number, Website Url.
• Point-of-contact Name, Title, Telephone Number, And E-mail Address.
• Unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov).
• Business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business).
• The Facility Clearance Of The Offeror.
based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address:
• Experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems.
• Experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems.
in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems.
provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements.
responses
interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 March 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below.
ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil
questions
questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 25 March 2025 Will Be Answered.
Closing Date31 Mar 2025
Tender AmountRefer Documents
9961-9970 of 10000 active Tenders