Bus Tenders

Bus Tenders

Verbandsgemeindeverwaltung Daun Tender

Services
Others...+1Civil And Construction
Germany
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: Title: Tragwerksplanung description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Works contract for execution of providing 1.Improvement Estimate for newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.

Department Of Health Region Xii Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 101.9 K (USD 1.7 K)
Details: Description Professional Book And Document Scanner, Camera Resolution: 16 Megapixels Optical Resolution : 250 Dpi Maximum Scanning Size: A3 (420 × 297 Mm) Maximum Document Thickness: 50 Mm Scanning Speed: 1.5 Seconds Per Page Light Source: Led With Adjustable Brightness + Side Lighting Ocr Software: Abbyy Ocr (supports 180+ Languages) Product Dimensions: 362.45 × 351.5 × 149.30 Mm Product Weight: 1.5 Kg Visual Presenter Mode: 1920 × 1080 @ 20 Fps System Compatibility: Windows Xp, 7, 8, 10, 11 (32/64-bit); Macos 10.13+ | File Formats: Jpg, Pdf, Searchable Pdf, Word, Excel, Tiff Compact High-performance Tablet With 8.3-inch Display, 128gb Storage, And Wi-fi Connectivity, Display: 8.3-inch Liquid Retina Display | 2266 × 1488 Pixels At 326 Pixels Per Inch (ppi) Features: Wide Color (p3), True Tone, Fully Laminated With Anti-reflective Coating, And 500 Nits Brightness Chip: A17 Pro, Cpu: 6-core (2 Performance Cores And 4 Efficiency Cores) Gpu: 5-core Neural Engine: 16-core Capacity: 128gb Rear Camera: 12-megapixel Wide Camera With Ƒ/1.8 Aperture, Smart Hdr 4, And 4k Video Recording Up To 60 Fps Front Camera: 12-megapixel Ultra Wide Front Camera With Center Stage, Ƒ/2.4 Aperture, And 1080p Hd Video Recording Up To 60 Fps Wi-fi: Wi-fi 6e (802.11ax) With Simultaneous Dual-band Support, Bluetooth: 5.3 Height: 195.4 Mm | Width: 134.8 Mm | Depth: 6.3 Mm | Weight: 293 Grams Security: Touch Id Integrated Into The Top Button Port: Usb-c For Charging And Accessories 2 Tb Portable External Solid-state Drive, Model: Extreme Portable Ssd V2 Capacity: 2tb Interface: Usb 3.2 Gen 2 Type-c Maximum Read Speed: Up To 1050 Mb/s Maximum Write Speed: Up To 1000 Mb/s Encryption: 256-bit Aes Hardware Encryption Drop Protection: Up To 3 Meters (9.8 Feet) Water & Dust Resistance: Ip65 Rating Dimensions: 3.97 X 2.07 X 0.38 Inches (100.80 X 52.55 X 9.60 Mm) Weight: 0.11 Lb (52 G) Material: Durable Silicone Shell With An Aluminum Chassis Operating Systems: Windows® 10+ And Macos 10.13+ Connectivity: Usb Type-c To Usb Type-c Cable Included Usb Type-c To Usb Type-a Adapter Included Warranty: 5-year Limited Warranty Carabiner Loop: Built-in For Easy Attachment To Bags Or Belts 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (stgx2000400) Capacity: 2tb Interface: Usb 3.0 (compatible With Usb 2.0) Data Transfer Rate: Usb 3.0: Up To 5 Gbps Usb 2.0: Up To 480 Mbps Dimensions: 4.606 Inches (117 Mm) Length X 3.149 Inches (80 Mm) Width X 0.582 Inches (14.8 Mm) Depth Weight: Approximately 0.418 Lbs (0.19 Kg) Operating Systems: Formatted For Windows 10, Windows 8, Windows 7 Plug-and-play: Automatically Recognized By Windows; No Software Installation Required Power Source: Powered Via Usb Connection; No External Power Supply Needed What's Included - Portable Drive - Usb 3.0 Cable - Quick Start Guide 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (hdtb520xk3aa) Capacity: 2tb Interface: Usb 3.2 Gen 1 (compatible With Usb 2.0) Maximum Transfer Rate: Up To 5 Gbit/s (usb 3.2 Gen 1) Dimensions: 109 Mm (l) X 78 Mm (w) X 14 Mm (h) Weight: Approximately 149 G Enclosure: Matte Finish File System: Ntfs (for Windows) One Free Port Of Usb 3.2 Gen 1 Or Usb 2.0 Power Source: Usb Bus Power (max. 900ma) What's Included - Portable Hard Drive - Usb 3.0 Cable (type A To Micro-b) - User's Manual (pre-installed On The Hard Drive) Warranty: 3-year Limited Warranty

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
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.

BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 85 K (USD 1.4 K)
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.

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: Nsn 7r-4920-015750494-qe, Ref Nr T6551941-1, Qty 1 Ea, Delivery Fob Origin. This Notice Of Intent Is Not A Request For Competitive Quotes And The Proposed/contract Action Is For Supplies Or Services For Which The Government Intends To Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Quotes. Quotes Received Prior To The Award Date Will Be Considered By The Government.a Determination By The Government Not To Compete 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. 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/" 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. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.

City Of Winnipeg Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date21 Jan 2025
Tender AmountUSD 502.5 K 
This is an estimated amount, exact amount may vary.
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.

M Sto Vrchlab Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date21 Jan 2025
Tender AmountCZK 850 K (USD 34.6 K)
Czechia-vrchlabí: Public Road Transport Services
8051-8060 of 8244 archived Tenders