Bus Tenders

Bus Tenders

Offizielle Bezeichnung Der Magistrat Der Stadt Maintal Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Restricted tender with competition for participation (service) Carrying out a feasibility study for Bahnhofstrasse / Backesweg in Maintal-Dörnigheim as part of the funding program for growth and sustainable renewal. In 2018, the city of Maintal was one of several municipalities in Hesse to be included in the federal-state funding program “Growth and Sustainable Renewal”, previously known as “Future Urban Green”. The funding area is located in Maintal-Dörnigheim and includes the banks of the Main, the adjacent town center, and the main road axes heading north as far as Maintal Ostbahnhof, which also includes this. The funding program primarily aims to specifically upgrade, adapt, and expand urban areas, settlements, and infrastructure. The focus is on the creation of high-quality green and blue infrastructure that promotes both health protection and offers sustainable living spaces. Particular attention is paid to social justice and ecological responsibility through measures for inclusion and integration as well as through adaptation to demographic change. The individual measures for the sustainable upgrading and redesign of public spaces in the Maintal-Dörnigheim funding area are listed in the Integrated Urban Development Concept (ISBEK). The city of Maintal intends not only to upgrade the open spaces and public spaces, but also to promote the sustainable improvement of the transport infrastructure. The aim is to implement future-oriented and environmentally friendly transport planning that contributes to the quality of life and attractiveness of the district. This tender is intended to commission a planning office to carry out the individual measure 1.4 "Feasibility study Bahnhofstrasse / Backesweg" planned in Isbek. The study is intended to determine the feasibility and potential of the two traffic axes in the funding area and forms the basis for individual measure 7.2, which envisages a "redesign of Bahnhofstrasse and Backesweg". Further planning for the redesign will be based on the study. Current situation: South of Maintal Ost station, Bahnhofstrasse splits into two streets of almost equal importance. Bahnhofstrasse and Backesweg are main and collector roads and form central and continuous connections between the banks of the Main and the center of Dörnigheim as well as Maintal Ost station and the Hochstadt district. They connect the widening gap between Berliner Strasse and Kennedystrasse (l 3268) and shorten the routes in the subordinate network. This consists largely of area-wide 30 km/h zones as well as deliberately used traffic-calmed areas and a 20 km/h zone in the old town. Bahnhofstrasse and Backesweg take on different functions in Dörnigheim's transport network - also historically grown. Bahnhofstrasse is the city's grown axis. Historically, it connects Maintal Ost station with the old town area, and currently with the business area around Kennedystrasse. The expanded business area can therefore also be found here. Bahnhofstrasse is characterized by residential buildings; this is also reflected in the stationary traffic, which plays a significant role in today's streetscape. In addition, there are neither cycle paths nor trees along the road here. Backesweg is now the city's traffic axis, which also connects the station with Kennedystrasse. The central business area of Kennedystrasse is largely left out. A striking feature here is the routing of the two city bus routes 22 and 23 in Backesweg, which open up the district in terms of local public transport. In Backesweg there are often trees that are damaged on one side and the tree disks are too small between existing parallel parking spaces. Due to the relatively large distances, the trees appear isolated and scattered and cannot form a coherent and distinct spatial edge. The cycle path runs on one side on a footpath that is clearly too narrow for the separate use of cyclists and pedestrians according to the signs (remaining footpath width less than 1.0 m). At the Bahnhofstrasse / Backesweg intersection, the right-of-way rule is on the Bahnhofstrasse. The traffic on Backesweg, including the bus routes, is connected to a secondary route. With regard to the driving geometry of the buses (sliding curves) and the volumes and flows of traffic, this is a scenario that needs to be reconsidered. There is also a clear need for improvement in terms of the cycling infrastructure on both streets. In the integrated transport development plan for the city of Maintal (ivep 2017), the streets of Backesweg and Bahnhofstrasse, which lie within the funding area, are designated as important inner-city cycle routes. Two possible variants for changing the future traffic routing are presented. Variant 1 envisages the conversion of both streets into one-way streets. The changed routing reduces the required road width and creates space for greening measures and marked protective strips for cyclists. Variant 2 envisages the retention of the existing routing in two-way traffic with cycle protection strips in Backesweg. Bahnhofstrasse, however, is designated as a 30 km/h zone. Due to the narrow cross-section, cyclists would have to use the road space without protective strips. Both variants can only be understood as initial reorganization approaches and require in-depth studies on consequences and feasibility. Greening measures through street trees in public spaces or other greening measures are not addressed in either variant. Additionally, the MKK's bicycle traffic concept must be taken into account as a third option at: https://rv-k.de/mkk/radverkehrskonzept/final/webgis.html Objectives and fields of action: The feasibility study examines and specifies the two alternative proposals for redesign from the IVEP 2017 as well as the proposal of the MKK's bicycle traffic concept. The aim of the study is to identify options for greening public roads and improving the conditions of use for pedestrians and cyclists that can be implemented as cost-effectively as possible, and to present alternative solutions in a comparable manner. It is foreseeable that greening measures and additional space for pedestrians and cyclists will only be possible at the expense of space currently used by motor vehicles (roadway or parking spaces). The functional and design benefits associated with a redesign must be presented clearly and comprehensibly (e.g. using plans, perspective sketches, reference images, etc.). The noticeable gains in greenery, space for non-motorized traffic, quality of stay and atmosphere must clearly outweigh the "losses" in space for motor vehicles. The street spaces must become significantly more attractive for non-motorized users as a result of the proposed changes (possibly also in specific areas). Improving the crossing options over Kennedystrasse is part of the study. The proposed improvement measures in the street space, from Kennedystrasse in the south to Maintal Ost station in the north - including the intersection of the two streets, should be implemented as cost-effectively as possible. Greening measures should be planned in both streets. In view of the often very emotional public discussions on traffic issues, public relations work and participation in the measures are of fundamental strategic importance. Since the interests of the immediate residents and the overall city users of the two streets are probably different, public relations work and participation should relate to both residents and the overall city citizens and their important interest groups. As a basis for public relations and participation, the consequences of different planning approaches should be presented as clearly as possible. For the feasibility study and the redesign of Bahnhofstrasse and Backesweg, we plan to actively involve our local partnership and the public. In the first phase of the study, which focuses on analysis, in particular, great importance is attached to involving the public in order to obtain a comprehensive picture of opinions. The exact procedures of the participation process, including the question of which actors should be involved, will be discussed and determined within the project team. Process phases of the feasibility study: The feasibility study is divided into the following process phases: 1. Traffic/needs analysis and goal definition 2. Development of 3 concepts (traffic + greening) based on the two variants in the IVEP 2017 and the MKK cycling concept 3. Economic and cost analysis of the 3 concepts 4. Recommendation of a concept for implementation/final report The service description is described on pages 6 to 25 of the tender. The tender conditions can be found from page 26 ff.
Closing Date25 Feb 2025
Tender AmountRefer Documents 

DAVAO PRISON AND PENAL FARM BRAULIO E DUJALI Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation Rfq No.: _______________ Date : _______________ Name Of Company/shop/store : ____________________________________ Name Of Authorized Representative : ____________________________________ Contact Number : ____________________________________ ____________________________________________________________________________________________________ 1. The Bucor-davao Prison And Penal Farm (dppf) Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Submit A Quotation/proposal With The Approved Budget For The Contract (abc) In The Amount Of Philippine Peso Five Hundred Ninety-six Thousand Seven Hundred Fifty Only (php 596,750.00) Inclusive Of Applicable Tax For The Procurement Of The Item Below: Pr Number Item Description 2025-01-0013 Supply And Delivery Of Various Spare Parts/materials Intended For Preventive Maintenance Of Government Vehicles 2. Procurement Shall Be Conducted Through Small Value Procurement Under Section 53.9 - Negotiated Procurement As Prescribed Under Rule Xvi- Alternative Methods Of Procurement Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 3. The Quotation Must Be Duly Signed By The Bidder And Must Be Submitted At The Bac Office, Administrative Building, Davao Prison And Penal Farm, B.e Dujali, Davao Del Norte Or By Email At Dppfbac@bucor.gov.ph. The Quotations Shall Be Received Not Later Than _________________________________. 4. The Bidder Must Submit A Copy Of The Following Documents, Together With The Proposal, To Ensure That The Said Bidder Is Technically, Legally, And Financially Capable To Undertake The Proposed Project: ● Valid And Current Mayor’s/business Permit; ● Philgeps Registration Number To Be Indicated In Rfq Form; ● Duly Notarized Omnibus Sworn Statement (for Abc Above 50,000.00) ● Valid And Current Income Business Tax Return (for Abc Above 500,000.00) 5. Dppf Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. Dppf Further Reserves The Right To Reject All Proposals, Or Declare A Failure Of Small Value Procurement, Or Not Award The Contract, And Makes No Assurance That The Contract Shall Be Entered Into As A Result Of This Invitation Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders In Accordance With R.a. No. 9184 And Its Implementing Rules And Regulations. 6. For Any Clarification, You May Contact Ms Julie Joy B Divinagracia, Head, Bac Secretariat At Telephone No. 0917-102-9495 Or Email At Dppfbac@bucor.gov.ph. Csupt Divina S Camiña Bac Chairperson Terms And Conditions 1. Bidders Shall Provide The Correct And Accurate Information Required In This Form. 2. Payment Term: __________________________________________________________________ 3. Price Proposal Must Be Valid For The Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Proposal To Be Denominated In Philippine Peso (php), Include All Taxes And Duties And/or Levies Payable. 5. Proposals Exceeding The Abc Per Lot Shall Be Automatically Rejected. 6. The Award Of The Contract Shall Be Made To The Lowest Calculated And Responsive Proposal Per Lot, Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or Any Of His/her Duly Authorized Representative/s. 8. Liquidated Damages Equivalent To One-tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Dppf Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open. Rfq Form Date: ___________________ The Bids And Awards Committee Davao Prison And Penal Farm Braulio E. Dujali, Davao Del Norte, 8106 Sir/madam: After Having Carefully Read And Accepted The Project Requirements, I/we Submit Our Proposal For The Item As Follows: Item No. Unit Item/s Description Qty State Of Compliance Bidder’s Offer Yes No Brand Name, Model, And Other Remarks Unit Price Total Amount 1. Pcs Oil Filter (vic 111) 22 2. Pcs Oil Filter (c-306) 4 3. Pcs Oil Filter (element 2631-62002) 4 4. Pcs Oil Filter (5876101170) 2 5 Pcs Fuel Filter (fc 197) 12 6 Pcs Fuel Filter (f 193) 4 7 Pcs Fuel Filter (fc 321) For Toyota Hi Ace 2022 4 8 Pcs Fuel Filter (fc 321) For Toyota Hilux 2013 4 9 Pcs Fuel Filter (filter Assy Fuel Element 31945-52161) 3 10 Pcs Fuel Filter Isuzu High Efficiency 2 11 Pcs Tire (205/75 R 17.5) 8-10 Ply 7 12 Pcs Tire (205/65 R 16) 6-8 Ply 5 13 Pcs Tire (7.50 16t) 16 Ply 7 14 Pcs Tire (185 R 14c) 6-8 Ply 5 15 Pcs Tire (195/70 R15c) 6-8 Ply 10 16 Set Toyota Hi Ace 2022 Brake Pads 3 17 Set Toyota Hilux 2013 Brake Pads 3 18 Set Toyota Hilux 2018 Brake Pads 3 19 Set Toyota Innova 2020 Brake Pads 3 20 Set Mitsubishi Adventure 2008 Brake Pads 3 21 Set Toyota Hi Ace 2022 Brake Shoe 2 22 Set Toyota Hilux 2013 Brake Shoe 2 23 Set Toyota Hilux 2018 Brake Shoe 2 24 Set Toyota Innova 2022 Brake Shoe 2 25 Set Mitsubishi Adventure 2008 Brake Shoe 2 26 Set Isuzu Fire Truck 2021 Brake Shoe 1 27 Set Hyundai Mini Bus 2020 Brake Shoe 2 28 Pcs Toyota Hilux 2013 Cabin Filter 3 29 Pcs Toyota Hilux 2018 Cabin Filter 3 30 Pcs Toyota Innova 2020 Cabin Filter 3 31 Pcs Mitsubishi Adventure 2008 Cabin Filter 3 32 Pcs Isuzu Fire Truck 2021 Cabin Filter 3 33 Pcs Hyundai Mini Bus 2022 Cabin Filter 3 34 Pcs Toyota Hi Ace 2022 Air Filter 2 35 Pcs Toyota Hilux 2013 Air Filter 2 36 Pcs Toyota Hilux 2018 Air Filter 2 37 Pcs Toyota Innova 2020 Air Filter 2 38 Pcs Mitsubishi Adventure 2008 Air Filter 2 39 Pcs Isuzu Fire Truck 2021 Air Filter 2 40 Pcs Hyundai Mini Bus 2020 Air Filter 2 Terms And Conditions: 1. Bidders Must Have Physical Store/shop Located Within 100km Radius From Procuring Entity. 2. Bidders Must Present Single Completed Projects Similar To The Supply And Delivery Of Various Spare Parts/materials For Vehicle. 3. Delivery Of Materials Must Be Completed Within Fifteen (15) Days Upon Issuance Of Approved Purchase Order. 4. All Items/brands To Be Delivered Must Be In The Philippine Market For Not Less That 20 Years With Refutable Track Record. 5. Expiration Of The Materials/items Must Be At Least Two (2) Years From The Date Of Delivery. Total Offered: Approved Budget Of The Contract (abc): Philippine Peso Five Hundred Ninety-six Thousand Seven Hundred Fifty Only (php 596,750.00) Contract Period: 15 Days Signature Over Printed Name : __________________________________ (total) Amount Offered In Words And Figures: ______________________________________________________________ ______________________________________________________________ The Above-quoted Price Is Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, Signature : __________________________________________ Printed Name : __________________________________________ Date :_____________________________________________________________________________________ Company Name :______________________________________________________________________________________ Contact Number And Email Address:_______________________________________________________________________ Philgeps Registration Number :_________________________________________________________________________ Tin :________________________________________________________________________________________
Closing Date11 Feb 2025
Tender AmountPHP 596.7 K (USD 10.2 K)

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Description: Contract notice - General guideline, standard regulation Open procedure (services) Line bundle "303: Rotenburg / Bebra" The services are awarded as a service contract within the framework of an open procedure in accordance with the Ordinance on the Award of Public Contracts (Procurement Ordinance - ... Multi-line bundle "303: Rotenburg / Bebra" The services are awarded as a service contract within the framework of an open procedure in accordance with the Ordinance on the Award of Public Contracts (Procurement Ordinance - Vgv) and include local public transport services in the area of the Hersfeld-Rotenburg district. Line 301: Dankerode - Lispenhausen - Rotenburg Ad Fulda Line 302: (urban transport Rotenburg Ad Fulda) Train station - Market square - Hochmahle / At-zelrode - Train station - Beethovenstrasse Line 303: (urban transport Rotenburg Ad Fulda) Train station - Cardiovascular center - Wildlife enclosure - Train station Line 304: Obergude (- Heinebach) - Rotenburg Ad Fulda Line 305: Heinebach - Baumbach - Rotenburg Ad Fulda - Bebra Line 308: Hainrode - Baumbach - Rotenburg Ad Fulda Line 310: (wildeck - Ronshausen) - Iba - Bebra Line 311: Bebra - Blankenheim (- Rotenburg Ad Fulda) Line 313: (city transport Bebra) train station - Luisenstraße Line 314: (city transport Bebra) train station - industrial area Line 315: Nentershausen - Solz - Bebra Line bundle "303: Rotenburg / Bebra" Line 301: Dankerode - Lispenhausen - Rotenburg Ad Fulda Line 302: (city transport Rotenburg Ad Fulda) train station - market square - Hochmahle / Atzelrode - train station - Beethovenstraße Line 303: (city transport Rotenburg Ad Fulda) train station - cardiovascular center - game reserve - train station Line 304: Obergude (- Heinebach) - Rotenburg Ad Fulda Line 305: Heinebach - Baumbach - Rotenburg Ad Fulda - Bebra Line 308: Hainrode - Baumbach - Rotenburg Ad Fulda Line 310: (Wildeck - Ronshausen) - IBA - Bebra Line 311: Bebra - Blankenheim (- Rotenburg Ad Fulda) Line 313: (Bebra city transport) train station - Luisenstrasse Line 314: (Bebra city transport) train station - industrial area Line 315: Nentershausen - Solz - Bebra The services can be provided from the start of operations according to schedule with 12 vehicles (9 standard solo buses category A, 2 standard articulated buses category A, 1 minibus category A (see appendix to the transport contract "non-binding route planning") and in an average calendar year in accordance with section 1.3 of appendix A to the offer letter "specifications and information on offer calculation" with rounded 694,828 Nkm (commercial vehicle kilometers) and rounded 19,609 scheduled hours per year. From the start of operations, branch traffic services can be provided with 3 vehicles (2 cars and 1 van) and an estimated 60,000 occupied kilometers per year.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Description: Nsn 7r-1650-008686600-ek, Ref Nr Hp907100-3, Qty 3 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Description: Contract notice - General guideline, standard regulation Open procedure (services) Line bundle "303: Rotenburg / Bebra" The services are awarded as a service contract within the framework of an open procedure in accordance with the Ordinance on the Award of Public Contracts (Procurement Ordinance - ... Multi-line bundle "303: Rotenburg / Bebra" The services are awarded as a service contract within the framework of an open procedure in accordance with the Ordinance on the Award of Public Contracts (Procurement Ordinance - Vgv) and include local public transport services in the area of the Hersfeld-Rotenburg district. Line 301: Dankerode - Lispenhausen - Rotenburg Ad Fulda Line 302: (urban transport Rotenburg Ad Fulda) Train station - Market square - Hochmahle / At-zelrode - Train station - Beethovenstrasse Line 303: (urban transport Rotenburg Ad Fulda) Train station - Cardiovascular center - Wildlife enclosure - Train station Line 304: Obergude (- Heinebach) - Rotenburg Ad Fulda Line 305: Heinebach - Baumbach - Rotenburg Ad Fulda - Bebra Line 308: Hainrode - Baumbach - Rotenburg Ad Fulda Line 310: (wildeck - Ronshausen) - Iba - Bebra Line 311: Bebra - Blankenheim (- Rotenburg Ad Fulda) Line 313: (city transport Bebra) train station - Luisenstraße Line 314: (city transport Bebra) train station - industrial area Line 315: Nentershausen - Solz - Bebra Line bundle "303: Rotenburg / Bebra" Line 301: Dankerode - Lispenhausen - Rotenburg Ad Fulda Line 302: (city transport Rotenburg Ad Fulda) train station - market square - Hochmahle / Atzelrode - train station - Beethovenstraße Line 303: (city transport Rotenburg Ad Fulda) train station - cardiovascular center - game reserve - train station Line 304: Obergude (- Heinebach) - Rotenburg Ad Fulda Line 305: Heinebach - Baumbach - Rotenburg Ad Fulda - Bebra Line 308: Hainrode - Baumbach - Rotenburg Ad Fulda Line 310: (wildeck - Ronshausen) - Iba - Bebra Line 311: Bebra - Blankenheim (- Rotenburg Ad Fulda) Line 313: (urban transport Bebra) train station - Luisenstraße Line 314: (urban transport Bebra) train station - industrial area Line 315: Nentershausen - Solz - Bebra The services can be provided from the start of operations according to schedule with 12 vehicles (9 standard solo buses category A, 2 standard articulated buses category A, 1 minibus category A see appendix to the transport contract "non-binding circulation planning") and in an average calendar year according to section 1.3 of appendix A to the offer letter "specifications and information on the offer calculation" with rounded 1,176,539 Nkm (commercial vehicle kilometers) and rounded 19,609 scheduled hours per year From the start of operations, branch traffic services can be provided with 3 vehicles (2 cars and 1 van) and an estimated 60,000 occupied kilometers per year.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender

Transportation and Logistics
United States
Details: Pursuant To Federal Acquisition Regulation Part 10, The Department Of Defense Education Activity (dodea) Procurement Office Is Conducting Market Research To Identify Potential Sources Capable Of And Qualified To Provide Daily Commute (dc) Student Transportation Services In Support Of The Hohenfels Military Community, Dodea-europe East District, Germany. prospective Contractor(s) Shall Provide All Necessary Personnel (management, Drivers, Safety Attendants, And Safety Aids) Supervision, Services, Vehicles, Adaptive Seat Devices, And Equipment Necessary To Transport Students And Other Authorized Individuals Safety To And From Their Designated Schools And Alternate Sites For Classes And Authorized School Activities, To Include After-school Activity Runs, Career Practicum, Or Other Curricular Shuttle Runs. Contracted Services Shall Comply With All Of The Dodea And Host Nation Requirements For Student Transportation. this Request For Information (rfi) Is Issued Solely For Conducting Market Research And Does Not Constitute A Request For Proposal, Invitation For Bids, Request For Quotation, And Does Not Obligate The Government To Any Current Or Future Commitments. The Government Will Not Pay Or Reimburse Any Costs Or Charges Resulting From Contractors’ Responses To This Rfi. if Your Firm Is Interested, Capable, And Qualified To Provide These Services In One Or More Of These Areas, Please Submit Written Information Supporting This Capability And Identify Which Area Your Firm Would Be Interested In. Capability Statements Shall Consist Of No More Than Five Pages And Include A Cover Page With The Company’s Name, Business Mailing Address, Point Of Contact, Telephone Number, Unique Entity Id (uie), Commercial And Government Entity/nato Code (cage/ncage) And Company’s Website Address/uniform Resource Location (url). submissions And Inquiries Must Be Sent Electronically To John.o.myers@dodea.edu And Zlata.dale@dodea.edu No Later Than 12:00 Eastern Standard Time (est) On 16 January 2025. The Vendor’s Email Message Shall State “he1254-25-r-hohenfels Dc” In The Subject Line. Telephone Calls Regarding This Sources Sought Will Not Be Accepted. for The Purpose Of This Acquisition, The North American Industrial Classification System (naics) Code Is 485410, School And Employee Bus Transportation, Size Standard, $30.0m. The Product Service Code (psc) Is V222, Transportation/travel/relocation Travel/lodging/recruitment: Passenger Motor Charter. the Period Of Performance For These Services Will Include A Base Period And Four (4) Option Periods, With An Anticipated Start Date Of 1 August 2025. please Note That Vendors Are Required To Be Registered In The System For Award Management (sam) Database At The Time An Offer/quotation/proposal Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Therefore, Only Businesses With An Active Sam Registration Will Be Eligible To Receive Any Resultant Contract(s) With The Department Of Defense Education Activity.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

Philippine Orthopedic Center - POC Tender

Food Products
Philippines
Details: Description 1 Lot Lease Of Venue With Meals And Accommodation For "effective Team Dynamics: Strategies For Success And Synergy" On February 27 To March 1, 2025 Technical Specification: I. Availability 1. February 27, 28 & March 1, 2025 (check In On February 27, 2025 And Check Out On March 1, 2025) 2. Accommodation For Fifty (50) Persons Ii. Location 1. Within Tagaytay City, Along Sta. Rita Road Within A 2km Radius Of Key Establishments 2. With Accessible Parking For 1 Bus And 5 Light Vehicles Within 200m Of The Venues Main Entrance Iii. Meal Arrangement 1. Buffet Breakfast > At Least Two (2) Main Courses, Including One Variant Of Egg Dishes, Bread And Rice Options 2. Buffet Meal Set Up For 50 Persons Lunch And Dinner Must Include Atleast Three (3) Courses A. Starter > Soup Or Salad (freshly Prepared Not Canned Or Pre-packaged) B. Main Course > Atleast Three (3) Hot Entrees, One Meat-based (pork/beef/chicken), One Fish-based And One Vegetable-based C. Dessert > Fresh Fruits And At Least One Other Dessert (cake, Pastry) D. Drinks (juice, Coffee Or Tea) Should Be Available During Meals 3. Merienda (snacks) For 50 Persons Both Am And Pm Snacks Must Be Available A. One Hot Item (sandwich, Pasta, Rice Cake, Etc.) B. Free Flowing Brewed Coffee, Tea And Water Throughout The Event Iv. Room Arrangement 1. Rooms Must Be Airconditioned With Bathroom And Shower Functions 2. A Maximum Of Three (3) Participants Per Room With Individual Beds 3. Adequate Toiletries And Clean Towels For Each Toilet 4. With Internet Connection V. Functionability Of Function Room: Free Of Charge 1. The Main Function Room Should Accommodate 50 Pax With The Following Specifications A. Fully Airconditioned B. Av Equipment: Lcd Projector, Screen, Pa Systems With Atleast Four (4) Wireless Microphones And Speakers C. With Stable And Fast Internet Connection 2. Break Out Rooms Atleast Two (2) Break Out Rooms For Small Group Discussions. Each Room Should Accommodate A Minimum Of 20 Participants Seating Arrangement 1. Long Table (5 Participants Per Table) With Appropriate Seating And Space For Secretarial Staff 2. Comfort Rooms Must Be Adjacent To The Function Room. Vi. Payment Terms The Payment Of Amount Due And Payable Under The Contract Shall Be Made Upon Submission Of Billing Statement And Other Required Documents By The Company To The Poc-procurement Section, Subject To The Policy Of The Hospital In Processing Of Payments And To The Usual Accounting And Auditing Rules And Regulations.
Closing Date7 Feb 2025
Tender AmountPHP 330 K (USD 5.6 K)

OFFICE OF CIVIL DEFENSE REGIONAL OFFICE NO 2 Tender

Transportation and Logistics
Philippines
Details: Description Republic Of The Philippines Department Of National Defense Office Of Civil Defense Region 2 Regional Government Center, Carig Sur, Tuguegarao City Request For Quotation (rfq) No. Cbts-2025-01-001 Company Name : Address : Philgeps Registration No. : The Office Of Civil Defense Region 2 (ocdr2), Through Its Bids And Awards Committee (bac) Will Undertake A Negotiated Procurement In Accordance With Section 53.9 (small Value Procurement) Of The Revised Implementing Rules And Regulation Of Republic Act No. 9184 The Ocdr2 Hereinafter Referred To As “the Purchaser”, Now Requests The Submission Of A Price Quotation For The Project Below: Name Of Project : Procurement Of Transportation Services For The Agridam Closing Ceremony Location : Laoag, Ilocos Norte Number Of Units (bus) : 8 Units Date Of Event : January 22-23, 2025 Description / Specification : See Attached Description / Specifications Mode Of Payment : 30 Working Days Of Processing And Must Accept Send Bill Policy Abc (approved Budget For The Contract) : Php893,334.00 Fund Source : Cy2024 Other Downloads Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Goods Who Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. All Bids Higher Than Abc Shall Automatically Be Disqualified. Prospective Bidders Shall Accomplish And Submit The Duly Signed “annex A (technical Specifications) & Annex “b” Price Quotation Form (pqf)” (under Prescribed Form). Submission Of Sealed Quotation Is Until 12:00 Noon On 20 January 2025, At The Ocd-ro2 Bac Secretariat Office, Rdc, Carig Sur, Tuguegarao City, Cagayan. Submit Your Sealed Quotation (indicate The Project Name) Duly Signed By Your Authorized Representative. For Any Clarifications, You May Contact The Ocd-ro2 - Bac Secretariat Office At Telephone Nos. (078) 304-1630 Or Email Address At Ocd2.bac@gmail.com. Use Of Forms Other Than The Attached Ocd-ro2 Prescribed Format Is Not Acceptable. Interested Supplier/service Provider Is Required To Submit The Following Documents Either Upon Submission Of An Offer, During The Evaluation Of The Offer, Before Issuance Of Notice Of Award: 1. Valid/current Mayor’s Permit/business Permit 2. Philgeps Registration Number 3. Latest Income And Business Tax Return 4. Omnibus Sworn Statement Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative. The Ocd-ro2 Reserves The Right To Accept Or Reject Any Or All Bids, Waive Any Defect Or Informality Therein, Accept The Bid And Award The Contract To The Most Advantageous Offer, For And In Behalf Of The Project.
Closing Date20 Jan 2025
Tender AmountPHP 893.3 K (USD 15.2 K)

Bank Of Baroda - BOB Tender

Auction
India
Details: Auction Sale Of Movable Property - Cpu, (231 Pcs.) - (reserve Price: ₹11,550/-) Monitor (187 Pcs.) - (reserve Price: ₹18,700/-) Almira (45 Pcs.) - (reserve Price: ₹4,500/-) Plastic Chair (592 Pcs.) - (reserve Price: ₹2,960/-) Pcs (2 Pcs.) - Reserve Price: ₹29,600/- stabilizer (2 Pcs.) - Reserve Price: ₹2,000/- plywood (7 Pcs.) - Reserve Price: ₹350/- dth Antenna (2 Pcs.) - Reserve Price: ₹1,000/- tv Old Model Lg 3. Make (1 Pc.) - Reserve Price: ₹100/- speaker (2 Pcs.) - Reserve Price: ₹100/- ac Complete - Out Door Indoor Unit (5 Pcs.) - Reserve Price: ₹50,000/- table - Still Frame & Plywood Top (76 Pcs.) - Reserve Price: ₹7,600/- office Chair (20 Pcs.) - Reserve Price: ₹8,000/- cc Tv Dvr (2 Pcs.) - Reserve Price: ₹1,000/- inverter With Battery - Luminous Make (2 Pcs.) - Reserve Price: ₹10,000/- led Tv Lg (2 Pcs.) - Reserve Price: ₹1,000/- photo Copy Machine (2 Pcs.) - Reserve Price: ₹4,000/- sofa Set - 2 Nos, With 19 & 20 (2 Pcs.) - Reserve Price: ₹8,000/- freeze (1 Pc.) - Reserve Price: ₹3,000/- center Table (1 Pc.) - Reserve Price: ₹500/- tea Pay Glass Top (1 Pc.) - Reserve Price: ₹600/- stand Fan (1 Pc.) - Reserve Price: ₹500/- lawn Mower (1 Pc.) - Reserve Price: ₹1,000/- ro Water Filter (3 Pcs.) - Reserve Price: ₹300/- class Room Modular Chair - With Writing Top (648 Pcs.) - Reserve Price: ₹23,24,000/- bus Tata Make, Model Marcopolo Registration No. Or02bk.779 (1 No.) - Reserve Price: ₹5,00,000/- generator (2 Pcs.) - Reserve Price: ₹1,00,000/- dg Set (1 Pc.) - Reserve Price: ₹18,00,000/- computer Table - Box Type (55 Pcs.) - Reserve Price: ₹27,500/- computer Table - Standard (25 Pcs.) - Reserve Price: ₹5,000/- sewing Machine With Modulated Chair (204 Pcs.) - Reserve Price: ₹2,04,000/- white Writing Board (2 Pcs.) - Reserve Price: ₹200/- bed Steel Square Pipe Frame With Ply Top (292 Pcs.) - Reserve Price: ₹7,58,400/- plastic Dining Table Folded (54 Pcs) - Reserve Price: ₹5,400/- steel Almira With Locker (12 Pcs.) - Reserve Price: ₹1,200/- adjustable Book Rack - Steel Make (2 Pcs.) - Reserve Price: ₹400/- coat Stand Steel Make (1 Pc.) - Reserve Price: ₹100/- table Steel Frame, Ply Top (8 Pcs.) - Reserve Price: ₹800/- ambulance - Maruti Omni Van, Registration No. Od-02-ay-6212 (1 No.) - Reserve Price: ₹1,00,000/- wooden Bed (2 Pcs.) - Reserve Price: ₹100/-
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender

Transportation and Logistics
United States
Details: Pursuant To Federal Acquisition Regulation Part 10, The Department Of Defense Education Activity (dodea) Procurement Office Is Conducting Market Research To Identify Potential Sources Capable Of And Qualified To Provide Special Education (sped) Student Transportation Services In Support Of The Hohenfels Military Community, Dodea-europe East District, Germany. prospective Contractor(s) Shall Provide All Necessary Personnel (management, Drivers, Safety Aides) Supervision, Services, Vehicles, Adaptive Seat Devices, And Equipment Necessary To Transport Students And Other Authorized Individuals Safety To And From Their Designated Schools And Alternate Sites For Classes And Authorized School Activities, To Include After-school Activity Runs, Career Practicum, Or Other Curricular Shuttle Runs. Contracted Services Shall Comply With All Of The Dodea And Host Nation Requirements For Student Transportation. this Request For Information (rfi) Is Issued Solely For Conducting Market Research And Does Not Constitute A Request For Proposal, Invitation For Bids, Request For Quotation, And Does Not Obligate The Government To Any Current Or Future Commitments. The Government Will Not Pay Or Reimburse Any Costs Or Charges Resulting From Contractors’ Responses To This Rfi. if Your Firm Is Interested, Capable, And Qualified To Provide These Services In One Or More Of These Areas, Please Submit Written Information Supporting This Capability And Identify Which Area Your Firm Would Be Interested In. Capability Statements Shall Consist Of No More Than Five Pages And Include A Cover Page With The Company’s Name, Business Mailing Address, Point Of Contact, Telephone Number, Unique Entity Id (uie), Commercial And Government Entity/nato Code (cage/ncage) And Company’s Website Address/uniform Resource Location (url). submissions And Inquiries Must Be Sent Electronically To John.o.myers@dodea.edu And Zlata.dale@dodea.edu No Later Than 12:00 Eastern Standard Time (est) On 16 January 2025. The Vendor’s Email Message Shall State “he1254-25-r-hohenfels Sped” In The Subject Line. Telephone Calls Regarding This Sources Sought Will Not Be Accepted. for The Purpose Of This Acquisition, The North American Industrial Classification System (naics) Code Is 485410, School And Employee Bus Transportation, Size Standard, $30.0m. The Product Service Code (psc) Is V222, Transportation/travel/relocation Travel/lodging/recruitment: Passenger Motor Charter. the Period Of Performance For These Services Will Include A Base Period And Four (4) Option Periods, With An Anticipated Start Date Of 1 August 2025. please Note That Vendors Are Required To Be Registered In The System For Award Management (sam) Database At The Time An Offer/quotation/proposal Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Therefore, Only Businesses With An Active Sam Registration Will Be Eligible To Receive Any Resultant Contract(s) With The Department Of Defense Education Activity.
Closing Date16 Jan 2025
Tender AmountRefer Documents 
7321-7330 of 7655 archived Tenders