Bus Tenders
Bus Tenders
Department Of Agriculture Tender
Goods
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱164,997.00 Delivery Period: 30 Calendar Days Delivery Site: Sudlon, Molave, Zamboanga Del Sur Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 2 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 3 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages
Closing Date30 Jan 2025
Tender AmountPHP 164.9 K (USD 2.8 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Nsn 7r-6605-998846459-fx, Tdp Ver 005, Qty 5 Ea, Delivery Fob Origin. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Purchase This Part/contract Repair From Other Than The Current Source(s). 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.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Capiz Provincial Government Tender
Machinery and Tools...+1Scraps
Corrigendum : Tender Amount Updated
Philippines
Details: Description Stainless Welding Rod 1/8 - (jiefang #08) Back Rest Double - (dumptruck #01&02) Hydrauvac Assy. 3/4 - (hino Dumptruck #09) Steel Cable 3/4 X 8 Meter - (dumptruck #01&02) Clamp 3/4 - (dumptruck #01&02) Shockle 1 1/2 - (dumptruck #01&02) Cylinder Head Gasket - (pajero Sht-865) Engine Valve Exhaust & Intake 16 Pcs. - (pajero Sht-865) Valve Guide - (pajero Sht-865) Valve Seal - (pajero Sht-865) Oil Seal 8-18-30 Steering - (pajero Sht-865) Mud Guard 1/4 X 36 X 36 - (dumptruck # 14) Bolts 8mm X 1" W/ Washer & Nuts - (dumptruck #14) Bearing 30211 - (hino Dumptruck #09) Tires 165-65-r13 - (mahindra Eh 3038) Oil Seal Outer - (canter Sfj-778) Oil Seal Inner - (canter Sfj-778) Rubber Cup - (hino Dump Truck #09) Cutting Disc - (bulldozer #01) Sand Paper #120 - (stock) Steel Brush - (stock) Brake Shoe Rear - (canter Sfj-778) Battery Motolite Free Maintenance 9 Plates - (toyota Hi-lux) Filter Dc-110 - (provincial Bus Shh-730) Brake Cable - (jiefang #08) Grinding Stone 4" - (stock) Sand Paper #100 - (stock) Sand Paper #1000 - (stock) Oil Filter Dc-503 - (dumptruck #04) Fuel Filter Fc-319 - (roadgrader #01) Universal Joint - (l-300 Scr-486) Fs-1280 Fleetguard - (roadgrader #05) Lf-3349 Fleetguard- (roadgrafer #05) Brake Cylinder Front Hydraulic Hose Assy, 3/4 X 6" - (payero Sey 514) Belt A-34 - (pajero Sfy-514) Belt 7pk1516 Steel Tube 1/4 - (korando Xcv-302) Oil Filter Dc-306 - (pajero Sht-886) Fitting 1/4 - (korando Xcv-302) Clutch Booster Piston - (prime Mover) Air Filter Inner/ Outer - (road Roller #02) Sliding Upper Guide - (delica Crh-243) Sliding Lower Guide - (delica Crh-243) Sliding Long Guide - (delica Crh-243) 10mm X 35mm Bolt - (sht-865) Hydraulic Hose Assy. 1/4 X 15 - (backhoe #01) Hydraulic Hose Assy. 1/4 X 16 - (backhoe #01) Instruction To Suppliers: Small Valaue Procurement 1. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Sending The Filed – Out Quotation: A. [ ] Mayor’s / Business Permit; B. [ ] Philgeps Registration Number : _______ Membership : [ ] Platinum [ ] Red; C. [ ] Income / Business Tax Return; D. [ ] Omnibus Sworn Statement; & E. [ ] Pcab License (for Infrastructure) 2. Additional Requirements For Procurement Of Drugs And Medicines As Per Coa Circular 2023-004 Dated June 14, 2023 A. Certificate Of Product Registration From Food And Drug Administration (fda) B. Certificate Of Good Manufacturing Practices From Fda C. Batch Release Certificate From Fda D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product/items E. License To Operate From Fda With List Of Sources (whether It Is A Manufacturer, Importer, Seller, Or Distributor) F. Delivery Receipt / Prescribing Invoice Bearing Lot Nos. And Expiry Dates Of The Drugs And Medicines 3. Suppliers Who Have Previously Submitted The Above Legal Requirements To The Provincial Procurement Management Division (ppmd) May No Longer Require Its Re – Submission. 4. All Prices Quoted Are Inclusive Of All Applicable Duties, Government Permits, Fees, And Other Charges Relative To The Acquisition And Delivery Of Items To Provincial Government Of Capiz 5. In Case Of Price Discrepancy Over The Amounts In Words And In Figures, The Amount In Words Will Prevail. 6. The End-user Shall Have The Right To Inspect And/or To Test The Goods If The Same In In Accordance With The Technical Specifications. 7. In Case Of Delay In The Delivery, The Supplier Shall Pay A Penalty Of One-tenth Of One Percent (1/10 Of 1%) Of The Corresponding Contract Price For Each Day Of Delay, Including Non-working Days (i.e. Saturday And Sunday), Legal Holidays Or Special Non-working Holidays. 8. Accomplished This Rfq Correctly And Accurately 9. Do Not Alter The Contents Of This Form In Any Way 10. Technical Specifications Are Mandatory. Failure To Comply With Any Of Requirements Will Disqualify Your Quotation 11. Failure To Follow These Instructions Will Disqualify Your Entire Quotation 12. Other Terms And Conditions Shall Be Applied In Accordance With The Irr Of Ra 9184
Closing Date28 Feb 2025
Tender AmountPHP 195.6 K (USD 3.3 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Nsn 7r-1680-014803449-qe, Tdp Ver 001, Qty 6 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. 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.
Closing Date6 Jan 2025
Tender AmountRefer Documents
BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Bicol Center For Health Development Bicol Regional Hospital And Medical Centeral Daraga, Albay" Request For Quotation Form Code: Fm-adm-bac-05 Effectivity: September 28, 2022 Revision: 1 Company Name: ___________________________________________ Date: January 16, 2025 Address: ___________________________________________ Quotation No. : S-25-01-001 Tin Number: ___________________________________________ Pr# 2025-01-065 Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Representative In Sealed Envelope Not Later Than January 22, 2025, At 9:00 Am. Mary Nathalie M. Cadag, Cpa, Mba Bac, Chairperson Telefax No.:(052) 483-0016/483-0015 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item# Abc Item And Description Quantity Unit Unit Price Request For Procurement Of Desktop All In One For Commision On Audit (coa) 2 85,000.00 Desktop All In One 1 Unit Processor: Intel Core I5 8265u Memory: 8 Gb Ddr4 At 2133 Mhz With Expansion Slots 2 X M.2 Chipset: Integrated Graphic: (core Speed 1122-1242 (boost) Mhz, Memory Bus Width 64 Bit, Memory Type (ddr3, Gdrr5, Max. Amount Of Memory 4gb, Memory Bandwidth 40.1 Gb/s Power Consumption 15-25 Watt), 384 @ 1.12-1.24 Ghz 64 Bit Display: >21.5", Full Hd 1920 X 1080, Ips, 178 Wideviewing Angle Storage: > 2.5 1 Tb Hdd Or Sdd Wireless: 802.11 Ac, Bluetooth ® 5.0, Wireless Dta Network Available Lan: Intel 9560 Gigabit Camera: 1 Megapixel Speaker: 2 X 3 W Input/output: Back 4 X Usb 2.0, 1 X Hdmi-out, 1 X Rj45 Lan, 1 X Hdmi, 1 X Usb 2.0, 1 X Hdmi-out, 1 X Anti-theft Locking Kit, 1 X Power Input, 1 X Audio Jack(s) (mic/headphone Combo) Power Supply: 120w Power Adapter Pointing Device: Usb Mouse Input Device: Usb Keyboard Operating System: Windows Pro Version Only. Genuine Activated And Installed , With Provision Of Microsoft Windows Authentication Certificate Warranty: 2 (year) Parts And Services; Pm Plan And Service Ups: At Least 3 Sockets For Male Power Plug, 650va, 12v/9ah Battery Office Application Genuine License Edition: Home And Business Version Only , 64 Bit Inclusions: Word, Excel, Powerpoint, Onenote And Outlook Type Oem Duration: Lifetime Requirements To Be Attached Upon Submission Of Request For Quotation: A. Updated Mayors Permit B. Updated Philgeps Certificate Of Registration And Membership C. Brochure D. Omnibus Sworn Statement (oss) E. Tax Clerance F. Tax Clearance Signature Over Printed Name Canvasser Contact No/s. Date Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation 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 You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered Within ___ Calendar Days From Receipt Of Purchase Order. 9. Bidders Must Be Registered In The Phil-geps. 10. The Brhmc Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Brhmc 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 To It.
Closing Date22 Jan 2025
Tender AmountPHP 85 K (USD 1.4 K)
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state:washington
city:everett
delineated Area:
north: State Ave And 88th Ne
south: 134th Ave Se
east: Hwy 9 & Hwy 2
west: 84th Street & Hwy 525 (mukilteo Speedway)
gross Square Feet (aboa): 4,900 – 5,500
space Type: Professional Office
gov Parking Spaces (total):11
full Term:60 Months
option Term:none
additional Requirements:
space Must Be Located In A Professional Office Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Office 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 Be 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.
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 0900 To 1700 (excluding Weekends And Federal Holidays).
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Term Of The Lease. A Fully Serviced Leased Is Required. Offered Space Shall Not Be In The 1-percent-annual Change Floodplain (formerly Referred To As “100-year” Floodplain). The Government Reserved The Right To Conduct A Cost Benefit Analysis Included Move And Replication Costs.
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expressions Of Interest Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
name Of Owner;
age Of Building;
total Existing Gross Square Feet;
site Plan Depicting The Building And Parking;
floor Plan And Gross Square Footage Of The Proposed Space;
identification Of On-site Parking;
address Or Described Location Of Building;
location On Map Demonstrating The Building Lies Within The Delineated Area;
a Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes;
evidence Of Ownership If Building Submitted By Owner. Non-owners (e.g. Brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property;
any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And
provide Expected Rental Rate Per Rentable Square Foot.
expressions Of Interest Due:february 28, 2025
market Survey (estimated):february 28, 2025
occupancy (estimated):august 30, 2025
send Expressions Of Interest To:
realty Specialist Name: Kurtis Nold
email Address:cenwsre-rfp@usace.army.mil
phone Number:206-743-2182
government Contact Information:
real Estate Contracting Officer:thomas Seymour
Closing Date28 Feb 2025
Tender AmountRefer Documents
City Of Winnipeg Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Details: D4. Scope Of Services D4.1 The Services Required Under This Contract Shall Consist Of Professional Consulting Services In Accordance With The Following Phases Of Work: (a) Preliminary Design Services As Outlined In D5 (b) Detailed Design Services As Outlined In D5.6(a) (i) Design And Specification Development; (ii) Drawing Preparation; (iii) Procurement Process (c) Contract Administration Services As Outlined In D7; (d) Post-construction Services As Outline In D8. D4.1.1 The Services Shall Be In Accordance With The City’s Project Management Manual Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2 And Templates Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 . Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Their Professional Expertise; The Consultant Shall Bring To The Consulting Contract Administrator’s Attention Any Aspect Of The City’s Project Management Manual Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D4.2 The Following Shall Apply To The Services: (a) Universal Design Policy Http://clkapps.winnipeg.ca/dmis/docext/viewdoc.asp?documenttypeid=2&docid=3604 (b) Should This Project Include A Public Engagement Aspect, It Will Be Required To Meet: Public Engagement Guidelines Https://winnipeg.ca/publicengagement/pdfs/publicengagementrequirements.pdf D4.3 Within The Project Phases In D4, The Consultant May Be Required – Depending Upon Location And Technical Scope Of Services – To Conduct Site Investigation Services, Materials Testing Services, Geotechnical Services, Underground Structures Acquisitions, Pipeline Loading Assessments, Ground-penetrating Radar Inspections, And/or Closed-circuit Television (cctv) Sewer Inspection And Sewer Assessment. D4.3.1 Notwithstanding C11, Fees For Subconsultants Engaged To Perform Services In D4.3 Shall Be Payable As Invoiced By The Subconsultant, Plus An Allowed Handling Fee Of 5%. D4.3.2 Consultant Fees For Supervision Of Subconsultants Required To Perform Any Services In D4.3 Shall Be Included In The Consultant’s Fees. D4.4 The Consultant Will Coordinate Their Activities With (including But Not Limited To): (a) City Of Winnipeg (various Departments And Branches), Including But Not Limited To Public Works Engineering, Parks And Open Spaces, Traffic Signals, Traffic Services, Traffic Management, Street Lighting, Underground Structures, Streets Maintenance, Transportation Planning Division, Transit Department, Planning Property & Development Department, Real Estate, Urban Design, Insurance, Legal Services, And Purchasing; (b) The Water And Waste Department And/or Their Representative(s), For The Renewal Or Abandonment Of The Water Mains, For The Televising And Renewal Or Abandonment Of The Sewer Mains, Water And Sewer Repairs, And New Infrastructure ; (c) Public Information Preparation/coordination During Construction; (d) Identify And Coordinate As Applicable With Development Projects, Events, Festivals; (e) Coordinating With Individual Fronting Businesses And Residences, In Advance Of And During Construction; (f) Coordinate Access With Schools And Daycares Within The Project Limits, Construction Should Occur While School Is Not In Session; (g) The Winnipeg Parking Authority; (h) Winnipeg Transit Regarding The Impact Of The Project On Their Operations And Bus Stops; (i) Any And All Utilities Or Agencies Having Infrastructure In The Project Area, Or That May Be Impacted By The Project; And, (j) City Of Winnipeg Forestry Branch And The Consultant Contract Administrator For Review Of Tree Protection, Removals And Plantings For All Locations. D4.5 The Project Locations/limits And Technical Scope Is Subject To Final Approval Of The Consultant Contract Administrator. D4.5.1 Substitutions And/or Deletions May Occur Within The Consulting Assignment And May Result In An Adjustment In Fees As Per B8. Work Already Completed For Work Identified In The Consulting Assignment Prior To The Notification Of Adjustment In The Consulting Assignment Will Be Paid At Hourly Rates Identified In The Proposal For The Actual Time Completed Prior To Notification. There Will Be No Financial Compensation If There Is A Reduction In The Consulting Assignment. D4.6 Where Applicable, The Following Shall Apply To The Services: (a) City Of Winnipeg’s Accessibility Design Standards (2015) And Universal Design Policy At: Www.winnipeg.ca/ppd/universal_design.stm; (b) The Most Current Edition Of The City Of Winnipeg Standard Construction Specifications City Of Winnipeg Standard Construction Specifications; (c) City Of Winnipeg’s Project Management Manual, Also At Link; (d) Manual For The Production Of Construction Drawings – City Of Winnipeg (november 1984); D4.7 The Consultant Will Be Responsible For Project Reporting And Support To The Consultant Contract Administrator For Project Reporting In Accordance With The City Of Winnipeg’s Project Management Manual And Templates At Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Nsn 7r-1720-014551416-qe, Tdp Ver 003, Qty 15 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. 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.
Closing Date21 Jan 2025
Tender AmountUSD 502.5 K
This is an estimated amount, exact amount may vary.
M Sto Vrchlab Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Czechia-vrchlabí: Public Road Transport Services
Closing Date21 Jan 2025
Tender AmountCZK 850 K (USD 34.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Rlp 36c25025r0002- Amendment No. 002- Amendment No. 0002 Is Hereby Issued For (1) The Purpose Of Responding To Requests For Information (rfis) Submitted By Interested Parties Up Through January 14, 2025; (2) Issuing An Amended Exhibit A-section 4.05(j); And (3) Extending The Submission Date Until January 28, 2025 At 3:00pm Et.
please See Amendment 002 And Amended Exhibit A, Attached.
*******************************************************break******************************************************
rlp 36c25025r0002- Amendment No. 0001- Va Responses To Requests For Information (rfis) Up Through Decemeber 13, 2024.
please See Submitted Rfis And Va Responses.
******************************************************break**********************************************************
**pre_award Dids- Rlp 36c25025r0002***
set-aside:
rlp 36c25025r0002 Will Not Have An Applicable Set-aside. Rlp 36c25025r0002 Is Released As A Full And Open Competition Procurement Action.
description:
the Va Seeks To Lease A Maximum Of 19,999 Aboa Square Feet (sf) Of Medical Office Space 125 Surface/outside Parking Spaces, Inclusive Of Ten Percent (10%) Ada Compliant Parking Spaces, With A Minimum Of One Of Every Six Accessible Spaces Being Van Accessible Within All Federal, State, And Municipal Code Requirements; All Of Which Are Reserved For The Exclusive Use Of The Government, In The Delineated Area Explained Below Within The Medina, Ohio Area. Va Will Consider Space Located In An Existing Building, As Well As New Construction, Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. A Detailed Definition Will Be Provided By Va, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
area Of Consideration
the Government Requests Space In An Area Bounded As Follows:
northern Boundary: Wedgewood Road (rt. 162); Ohio Route 3; Ohio Rt. 162 (sharon Copley Road);
eastern Boundary: Ohio Route 57 (wadsworth Road); Tower Road; Paradise Road; Guilford Road;
southern Boundary: Seville Road;
western Boundary: – Daniels Road; Greenwich Road; & Lake Road.
buildings That Have Frontage On The Boundary Streets Are Deemed To Be Within The Delineated Area Of Consideration.
additional Requirements: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement:
site Must Be Able To Support Municipal Water And Sewer Utility Services.
be Located On A Single Contagious Floor;
bifurcated Sites, Inclusive Of Parking, Are Not Permissible;
the Following Space Configurations Will Not Be Considered: Space With Atriums Or 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 Affecting Usage,
offered Space Cannot Be In The Fema 1-percent-annual-chance Flood;
offered Space Must Be Zoned For Va’s Intended Use
offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths;
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building;
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacy, And Shopping;
offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department;
offered Space Must Be Located In Close Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
offered Space Must Be Easily Accessible To Multiple Highways Which Provide Multiple Routes Of Travel,
loading Dock Or Loading Area With A Roll Up Door Is Required. The Parking Lot Must Be Able To Accommodate Deliveries By Semi-trucks With Trailers.
structured Parking Under The Space Is Not Permissible;
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Formal Request For Proposals (pending Issuance);
a Fully Serviced Lease Is Required;
offered Space Must Be Compatible For Va’s Intended Use;
space Must Not Have Any Environmental Issues Or Hazards.
must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease.
government Points Of Contact:
contract Specialist- Brian Walton- Brian.walton@va.gov, 216-447-8300 X49519;
Closing Date28 Jan 2025
Tender AmountRefer Documents
7371-7380 of 7541 archived Tenders