Cars Tenders

Cars Tenders

Maharashtra State Electricity Distribution Company Limited - MSEDCL Tender

Hiring of Vehicles
Corrigendum : Closing Date Modified
India
Closing Date8 Mar 2025
Tender AmountINR 449 K (USD 5.1 K)
Description: Contract For Hiring Of Vehicle (car) For Add.executive Engineer, Panvel-1 Sub-division

Maharashtra State Electricity Distribution Company Limited - MSEDCL Tender

Hiring of Vehicles
Corrigendum : Closing Date Modified
India
Closing Soon1 Mar 2025
Tender AmountINR 449 K (USD 5.1 K)
Details: Hiring Of Vehicle (car) For Add.executive Engineer,uran Sub-division

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents 
Details: 1. Important Notice: Offerors Are Required To Complete Their Registration In The System For Award Management (sam) Database Via The Website Https://www.sam.gov. Reference Is Made To Dfars Clause 252.204-7004, Alternate A, System For Award Management. Offerors Are Strongly Recommended To Review Their Information In Sam To Be Current And Up To Date. Failure To Register In Sam Makes An Offeror Ineligible For Award Of Dod Contracts. The Proposed Requirement Is Limited To Offerors Eligible For A Set-aside Under The Woman-owned Small Business (wosb) Program When Designated As A Certified Concern In Sam Or Has A Pending Application For Certification In Dynamic Small Business Search (dsbs). Dsbs Is Available At Https://web.sba.gov/pro-net/search/dsp_dsbs.cfm. Reference Is Made To Far 19.1505 Set-aside Procedures, Paragraphs (e) And (f). Offerors Designated As Certified In Sam Or Have A Pending Application For Certification In Dsbs Will Be Considered. The Government Will Only Accept Offers From Sba Certified Woman-owned Small Business Concerns Or From Offerors With An Accepted, In-process Application With Sba For Certification As Wosb. Potential Offerors Should Check System For Award Management (sam) To Verify Certification As An Sba Certified Woman-owned Small Business Concern. To Secure Sba Certification, Potential Offerors Shall Submit Their Application For Certification For Wosb To Sba. For More Information Visit, Https://wosb.certify.sba.gov/getstarted/. 2. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Intent Of This Notice Serves As A Pre-solicitation Synopsis Only. The Solicitation Will Be Available On Or Around March 2025.place Of Contract Performance: Various Dod Activities In Guam. A Sources Sought Notice N4019225r9003 Vehicle Lease For This Procurement Was Posted On 23 December 2024 Through 16 January 2025 On Sam Followed By A Market Research To Determine Capability Of Small Businesses To Perform The Requirements Of Providing Lease Vehicles As Posted In The Sources Sought. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement Under The Sba Women-owned Business (wosb) Program. The Navfac Marianas Small Business Office Concurs With This Decision. This Requirement Is To Support Clients That Have Been Authorized And Approved For Commercial Vehicle Lease By The Navfac Marianas Transportation - Base Support Vehicle And Equipment Department At Naval Base Guam, Andersen Air Force Base, And The Marine Corps Base Camp Blaz Transportation Office For Various Department Of Defense (dod) Activities In Guam. The Outcomes To Be Achieved Are The Provision To Provide All Labor, Supervision, Tools, Materials, Equipment, Transportation, And Management Necessary For The Delivery Of The Leased Vehicles, With Unlimited Mileage, For Various Department Of Defense (dod) Activities In Guam. The Outcomes For This Acquisition Are Consistent With Far 37.101 Definition Of Service Contracts. This Is A Performance-based Acquisition. The Metrics To Be Used To Measure The Outcomes Will Be Pre-defined Performance Standards. These Performance Standards Ensure The Contractor Has The Workforce (staffing And Skills) Required To Adequately Support The Mission On Guam. These Standards Are Used To Describe The Government?s Expectations Of The Contractor In Performance Of The Contract. Some Examples Of Performance Standards Include: (1) Vehicle General Maintenance Shall Be Performed By The Contractor In Accordance With Manufacturer Specs; (2) Vehicles Provided Shall Be Free Of Defects That May Impair Serviceability Or Detract From Appearance; (3) tires Furnished Shall Be The Same Size, Type, And Ply Rating For All Wheels Including The Spare; And (4) Vehicles Shall Meet The Current Environmental Protection Agency Corporate Average Fuel Economy (epa Caf�) Ratings. The North American Industry Classification System (naics) Code For This Procurement Is 532112 Passenger Car Leasing, With A Small Business Size Standard Of $47 Million As Of Sba?s Table Of Small Size Standards. This Service Is In Alignment With The Department Of Defense (dod) Taxonomy Associated With The Acquisition Of Services, Supplies And Equipment, Specifically The Transportation Services Portfolio Group. 3. This Contract Will Replace A Contract For Similar Services Solicited As Woman-owned Small Business And Awarded To White Eagle Global Solutions, Inc. (wegs), Which Will Expire On 30 September 2025. Award Was Made On 14 September 2020 As A Requirements Indefinite Delivery Indefinite Quantity (idiq) Contract. The Existing Contract Consists Of A 12-month Base Period And Four (4) 12-month Option Periods, Covering The Period Of 01 October 2020 Through 30 September 2025. The Total Contract Value At The Time Of Award Was $4,896,900.00. All Four (4) Options Have Been Exercised With An Estimated Contract Price Of $4,932,120.00 With Various Task Orders Issued Against The Contract. 4. The Proposed Requirements Idiq Fully Non-recurring Work Contract Includes A Base Period Of Six (6) Month Plus Five (5) Option Periods, And One (1) 6-month Option To Extend Services For A Total Contract Performance Period Of Seventy-two (72) Months. The Proposed Contract Will Include Far Clause 52.217-8 Option To Extend Services That If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six Months Under The Option To Extend Services Clause. The Government Will Not Issue A Synopsis When Exercising The Option(s). Ordering Period To Follow Each Performance Period With Delivery Requirements Having Firm Fixed-price Line Items. 5. Source Selection Will Consist Of Evaluation And Selection Of The Best Value Offer Using Simplified Acquisition Procedures (sap) Outlined In Far Part 13. Evaluation Of Offers Will Be Based On Two Factors, (1) Price And (2) Past Performance. Past Performance Rating Will Be Based On Recent (1-5 Years) And Relevant Projects In Terms Of Size, Scope, And Magnitude, And Will Be Assigned An Adjectival Rating Of Acceptable, Unacceptable, Or Unknown. The Objective Of This Source Selection Is To Select The Offeror That Provides The Best Value To The Government. Best Value Determination Will Be Accomplished By Comparing The Differences In Offerors Past Performance Factor (acceptable/unacceptable) With Differences In Their Price To Other Offerors And Government Estimate. The Government Intends To Award A Contract Without Conducting Discussions. If Discussions Are Needed, The Government Reserves The Right To Hold Discussions With All Offerors During The Pre-award Process To Obtain Best Value For The Government. Basis Of Award: The Contract Resulting From This Solicitation Will Be Awarded To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Most Advantageous To The Government Considering Price And Past Performance Evaluation Factors. Price Is The Overriding Consideration Followed By Past Performance. The Government Shall Choose The Lowest Priced Offer With An Acceptable Past Performance Rating For Award. 6. The Issuance Date For The Request For Proposal (rfp) Is 15 Days Or More From The Date Of This Pre-solicitation Notice. In Accordance With Far 19.505(e) And (f), Proposals Received From All Responsible Sba Certified Women-owned Small Business Concerns Or From Offerors With An Accepted, In-process Application With Sba For Certification As Wosb. The Rfp And Any Amendments Will Be Posted On The Procurement Integrated Enterprise Environment (piee) Solicitation Module. Contractors Must Register At The Piee Website To Obtain Access To The Rfp Documents. Piee Can Be Accessed Via Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml And Can Be Downloaded Free Of Charge. Instructions For Registering Can Be Found At Https://dodprocurementtoolbox.com/site-pages/solicitation-module Under ?vendor Access Instructions.? All Prospective Offerors Are Encouraged To Register For The Solicitation When Downloading From Piee. Once Registered In Piee Solicitation Module, The Contractor Will Be Able To Access Authorized Rfp Documents. Amendments And Notices To The Rfp Will Be Posted On Piee For Downloading. This Will Be The Primary Method Of Distributing Amendments. Therefore, It Is The Offeror?s Responsibility To Check The Website Daily For Any Amendments And Other Information Pertaining To This Solicitation. Paper Copies Of The Rfp, Solicitation, Amendments, Exhibits, And/or Attachments Will Not Be Provided.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date20 Dec 2025
Tender AmountRefer Documents 
Details: The Veterans Integrated Service Network (visn) 20 Provides A Full Range Ofmedical Services, Mental Health Services And Therapeutic Housing Programs To Veterans In Whitecity, Oregon. Within The Va Sorcc Catchment Area, The Heath Care For Homeless Veterans Program Provides Interim Housing To Those Veterans Requiring An Interim Step While Receiving Intensive Outpatient Services; Addressing Issues Relating To Their Homelessness, And While Waiting To Access Permanent Housing Resources. It Is Understood That The Type Of Veterans To Be Cared For Under This Contract Will Normally Require Care And Services Over And Above The Level Of Room And Board. See The Attached Statement Of Work For Full Contractural Requirements.

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: The National Oceanic And Atmospheric Administration (noaa) Fisheries, Northwest Fisheries Science Center (nwfsc) Is Posting A Solicitation For Landscaping Services On Sam.gov. The Services Include Landscaping Services For Approximately 6.7 Acres, Parts Of Which Are Occupied By Buildings, Roads, Walkways And Other Paved Surfaces. The Purpose Is To Maintain The Landscaping At The Montlake Laboratory Site In An Aesthetic, Environmentally Sustainable, And Professional Manner. Please Note The Following: • A Performance Work Statement Will Be Included In The Request For Proposal (rfp). • The Incumbent Contract Number Is 1305m320cnffp0059.the Proposed Contract Action Is Set Aside 100% For Small Businesses. The Associated Naics Code Is 561730, And The Business Size Standard For This Requirement Is $9.5 Million. It Is Highly Encouraged That Any Small Business Meeting This Size Standard And Desiring To Be Considered For Award Be Registered In The System For Award Management (sam) Using This Naics Code Or A Naics Code With An Equivalent Size Standard. It Should Be Noted That Offerors Must Be Registered In Sam Prior To Submission Of An Offer. For Additional Information And To Register In Sam, Please Access The Following Web Site: Https://sam.gov/. In Order To Register With The Sam, All Offerors Must Also Have A Unique Entity Identifier Through Http://sam.gov/conent/entity-registration.paper Copies Of This Solicitation Will Not Be Issued. Interested Parties May Use The “follow” Feature To Monitor Changes To This Notice, Including Request For Proposal (rfp) Posting As Well As All Postings Of Information Associated With This Solicitation Thereafter. Each Potential Offeror Is Responsible For Checking Https://sam.gov/ To Gain All Current Information Related To The Solicitation. The Solicitation And Any Further Announcements Regarding The Solicitation Will Be Posted Only At Https://sam.gov/. The Date Offers Are Due Will Be Stated Within The Solicitation Documents And Will Be Adjusted Based Upon The Actual Release Date Of The Solicitation. All Questions Of Any Nature Regarding This Procurement Should Be Sent In Writing To The Contract Specialist, Anna Ma At Anna.ma@noaa.gov.pre-proposal Conferencedate: February 19, 2025time: 10:00 Amlocation: 2725 Montlake Boulevard East, Seattle, Wa 98112per Car 1352.270-71, A Site Visit Is Scheduled On February 19, 2025 At 10:00 Am Pacific Time. Interested Parties Must Email Anna Ma, Contract Specialist, At Anna.ma@noaa.gov By February 14, 2025 At 3:00 Pm Pacific Time To Be Placed On An Attendance List To Access Montlake Laboratory At 2725 Montlake Boulevard East, Seattle, Wa 98112. No Access Will Be Allowed Before Or After This Scheduled Site Visit.(a) The Government Is Planning A Pre-proposal Conference, During Which Potential Contractors May Obtain A Better Understanding Of The Work Required.(b) Offerors Are Encouraged To Submit All Questions In Writing At Least One (1) Days Prior To The Conference. Questions Will Be Considered At Any Time Prior To, Or During, The Conference; However, Offerors Will Be Asked To Confirm Verbal Questions In Writing. Subsequent To The Conference, An Amendment To The Solicitation Containing An Abstract Of The Questions And The Government's Answers, And A List Of Attendees, Will Be Made Publicly Available.(c) In Order To Facilitate Conference Preparations, Contact The Person Identified In Addendum To Far 52.212-1, Additional Instruction To Offerors On Standard Form 1449 Of This Solicitation To Make Arrangements For Security Processing For Entry Of Attendees Into The Government Facility.(d) In No Event Shall Failure To Attend The Pre-proposal Conference Constitute Grounds Supporting A Protest Or Contract Claim.(e) Offerors Are Cautioned That, Notwithstanding Any Remarks, Clarifications, Or Responses Provided At The Conference, All Terms And Conditions Of The Solicitation Remain Unchanged Unless They Are Changed By Written Amendment. It Is The Responsibility Of Each Offeror, Prior To Submitting A Proposal, To Seek Clarification Of Any Perceived Ambiguity In The Solicitation Or Created By An Amendment Of The Solicitation.

Northern Railway - NR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date29 Mar 2025
Tender AmountRefer Documents 
Description: Scrap & Condemned 1)tata Sumo Regd. No. Up32w-4961, Chassis No. 385003 Hrq 918896, Engine No. 483 Dl 41 Hrq 752017 = 1605 Kg 2) Ambassador Car Regd. No. Dl2ch-5888, Chassis No. 781700, Engine No. 049475 = 1115 Kg 3) Maruti Van Regd. No. Mp26-8558, Chassis No. 826644, Engine No. 472512 = 0725 Kg 4) Tata Sumo Regd. No. Hr01d-6223, Chassis No. 385003ftq921109, Engine No. 483 Dl 41ftq76854 = 1600 Kg 5) Chevrolet Tavera Regd. No. Hr37c-7454, Chassis No. Ma6abcl 5bah 137083, Engine No. 3kl 138347 = 1610 Kg 6) Ambassador Regd. No. Dl2cq-2234, Chassis No. Afg912003, Engine No. 3elcg105144 = 1140 Kg 7) Hero Honda Hunk Motor Cycle Regd. No. Hr02x-8606, Chassis No. Mblkc 13eeagm 04545, Engine No. Kc13eeagm 07143 = 130 Kg Complete Or Incomplete With Or W/o Attachment,as It Is, Us & Ur. Qty = 07 Nos = 7925 Kgs Loc:- Lying At Near Gate No -02 In Scrap Yard Remarks:- Registration Cancelled & Sold Without Registration Number. 2.loading By Purchaser 3.private Road Crane Allowed For Loading Purpose

Qatar Energy Tender

Civil And Construction...+2Civil Works Others, Drainage Work
Qatar
Closing Date17 Sep 2025
Tender AmountRefer Documents 
Details: Future Tenders (operations Engineering - Dukhan) Epic For Stormwater Retention System At Khuff C And At Jdgs Tender Description: Epic For Stormwater Retention System At Khuff C And Car Parking Shade At Jdgs Planned Tender Issue: 28/05/25 Planned Contract Award: 17/09/25

Northern Railway - NR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date29 Mar 2025
Tender AmountRefer Documents 
Description: Scrap & Condemned Foot Rests Of Lhb Chair Car Of Sorts & Sizes, Complete Or Incomplete With Or W/o Attachments, As It Is, Us & Ur. Qty = 4800.00 Kg Loc:-lying At Beside Of New Carriage Godown Infront Of D-05 In Judw. Remarks-loading By Purchaser. Note:- Approx Weight Of 1 Piece = Kg Brief Summery Of 1 Piece = { Aluminium Paddle (2 Nos) = 0.300 Kg (18.75%), Aluminium Body = 0.500 Kg (31.25%), M.s. Rod = 0.200 Kg (12.5%) & M.s. Holding Brake Mechanism = 0.600 Kg (37.5%) }

Northern Railway - NR Tender

Auction
Ireps
Corrigendum : Closing Date Modified
India
Closing Date27 Mar 2025
Tender AmountRefer Documents 
Description: Condemned 06 Nos. Memu Trailer Coaches No:- 31109,31114,31372,31051,31064 & 31113.the Deliverable Weight (for Auction) Of Items In Individual Coach Will Include Coach Body Shell (mostly Ms Part+ss)-17 Mt Approx, Copper Cable (with Insulation) Weight Of Copper Only-65 Kgs Approx, Alluminium Material-86 Kgs Approx & Wooden Material-900 Kgs Approx And Glass+frp Material-137 Kgs Approx. As Is Where Is Basis,as It Is & Cutting Allowed For Loading Purpose. The Items To Be Released And Returned Back By Purchaser To Emu Car Shed Gzb Before Delivery Are As Under :- (1) 02 Nos. Complete Bogie In Each Coach (one Bogie Contains 02 Nos. Axles I.e. 04 Wheels, Axle Box 04 Nos. And Roller Bearing 04 Nos.). (2) 02 Nos. Centre Pivot Assembly Pin In Each Coach. (3) 02 Nos.couplers, If Available In Each Coach. (4) 04 Nos. Non Ferrous Bearing Piece Of Side Bearer In Each Coach, If Available. Note= 1 No = 2 Unit Of Each Coach. Note:- Sse/emu/gzb To Ensure That The Items Mentioned In Arising Must Be Removed And Taken On Books Before Delivery. Note:- Entire Debris (i.e. Condemned Fibre Materials, Woodden Materials Such As Sunmica Etc.) Released From Condemned Coaches After The Cutting Process Should Be Cleared From Railway Premises Or Condemned Coach Cutting Area By The Purchasing Firm. Total Qty.= 06 Nos Memu Trailer Coaches And Total Weight = 109.128 Mt Approx.

Hindu Religious And Charitable Endowments - HRICE Tender

Works
Civil And Construction...+1Building Construction
Eprocure
Corrigendum : Closing Date Modified
India
Closing Soon5 Mar 2025
Tender AmountINR 7.1 Million (USD 82.5 K)
Description: New Temple Car Swamy Ther For Arulmigu Meikandamoorthy Kumaran Kovil Temple At Nagapattinam Town, Nagapattinam District.
1931-1940 of 2547 active Tenders