Chain Link Tenders
STATE, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date9 Apr 2025
Tender AmountRefer Documents
Details: The Regional Procurement Support Office In Frankfurt, Germany, Intends To Award A Firm Fixed-price Construction Type Contract During The Second Quarter Of Calendar Year 2025. the Successful Contractor Shall Provide Complete Design, Construction Services, Contract Coordination, And Supervision, Including But Not Limited To The Management And Construction Necessary To Meet The Requirements Of The Contract Within The Established Timeframe. the Contractor Shall Design And Construct A Secure Parking Area Through The Installation Of Standard Chain Link (fence And Frame) Constructed Slab To Slab To Enclose A Parking Area For Three Vehicles. Install Two Swing Gates Each Wide Enough To Accommodate One Vehicle. Provide Necessary Electrical And Technical Security Infrastructure For Tss Equipment And Conduit For Future Tss To Include One Camera And Door Contacts For Each Swing Gate. Tss Conduit And Infrastructure To Be Connected To The 4th Floor Office Space. Gates To Be Installed To Accommodate Passage Of A Vehicle With One Gate Opened And To Be Secured By A Chain And Padlock. additionally, The Contractor Shall Furnish And Install A Prefabricated Mail Screening Facility (msf), In Accordance With Obo Standard Specifications (section 133435) For Mail Screening Facilities. The Gfci Msf Will Be A One-room Facility. Location Of The Door, Utility Hookups And Exhaust Will Be Determined Once The Installation Location Is Determined. the Magnitude Of This Project Is Anticipated To Be Between $500,000 And $1,000,000 U.s. Dollars For The Entire Project. companies Interested In The Solicitation Should Express Their Interest By Written Correspondence, No Later Than Wednesday, April 9, 2025, At The Following Email Addresses Machendd@state.gov And Must Include The Following Information: Name Of Firm, Name, Telephone, Email Address Of Point Of Contact And Complete Physical And Mailing Address Of Firm. Do Not Telephone. firms Shall Be Knowledgeable In Written And Spoken English. application For Solicitation Documentation Check List in Applying For The Solicitation Material, You Are Acknowledging That Your Company Can Reach Compliance With The Following Highlighted Requirements Included In The Solicitation. in Accordance With Dosar 652.242-73 Authorization And Performance (aug 1999), It Will Be Necessary For Your Organization To Possess Authorization To Operate And Do Business In The Country In Which This Contract Will Be Performed. Contractors Shall Be Required To Provide: a. A Thorough Description As To What Steps You Have Taken To Investigate All Requirements To Obtain Authorization To Perform In The Given Country, b. Details Of Your Findings And A Description Of What Your Organization Will Be Required To Undertake To Obtain Licensing, And c. Specific Information Concerning The Period Of Time You Anticipate It Will Take To Obtain Appropriate Authorization. you Will Be Required To Provide Information That Clearly Shows You Are Able To Perform Work In The Maldives. Any Entry Or Work Visa Issues Requirements Must Be Clearly Discussed With A Plan To Mitigate Any Risk Clearly Identified. bonding: The Successful Contractor Will Be Required To Provide The Government With Surety In The Form Of Irrevocable Letters Of Credits, Or Other Acceptable Security Iaw Far 52.228-15, Totaling 40% Of The Value Of The Contract. contract Award Can Only Be Made To A Contractor Who Is Registered In The System For Award Management (sam). please Provide Your 12-character Alphanumeric Unique Entity Identifier When Applying To Participate In This Procurement Action. uei Number: ______________________ system For Award Management: Https://sam.gov the Failure To Provide The Above Documentation When Submitting Your Proposal May Result In Your Proposal Being Found Technically Unacceptable And Removed From The Competition Without Further Discussions. solicitation And Award Will Be Subject To The Laws And Regulations Of The United States Of America. This Requirement Is Being Competed Utilizing Full And Open Competition Procedures. the Solicitation Package/documents Shall Not Be Placed On Sam.gov. Only Companies Submitting A Letter Of Interest And Complete “application For Solicitation Document” Check List Attached Hereto May Receive A Copy Of The Solicitation Package/documents When Available an Organized Site Visit Is Tentatively Scheduled For April 29-30, 2025 (updated).
City Of Legazpi Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 May 2025
Tender AmountPHP 62.3 K (USD 1.1 K)
Details: Description Patching Of Roof At Legazpi Convention Center/repair/replacement Of Toilet Fittingsat Cmo Staff Cr & Materials For Sound System/speaker Protection 2 Sets Tank Fittings Lever Type @ 1790.00 2 Pcs 1/2" 0/ 1/2 0/" Angle Value (heavy Duty) @ 754.00 2 Pcs 1/2 0/ 1/2 0/ 12 Flexible Supply Pipe @ 314.00 3 Pcs 1/2 G.i Tee-u.s @ 165.00 4 Pcs 1/2 0/ G.i Elbow -u.s @ 180.00 3 Pcs 1/2 0/ X 2 G.i Nipple, S-20 @ 147.00 5 Pcs. Teplon Tape 3/4 @ 165.00 20 Pcs. 1/2 0/ Pvc Clamp @ 140.00 2 Sets Toilet Bowl Seat Cover @ 1150.00 3 Pcs Force Cup @ 285.00 2 Pcs. Bidet @ 1160.00 1 Pc. 18mm Thk. Marine Plywood @ 1798.00 3 Pcs 1x4 X10 Kiln Dry Wood @ 2082.00 100 Pcs. 2" Black Screw (for Wood} @ 250.00 100 Pcs 1" Metal Screw (big Head} @ 200.00 16 Pcs 2 1/2 Caster Wheel W/ Lock Heavy Duty @ 1760.00 2 Ltrs. Epoxy Metal Primer Gray @ 688.00 2 Itrs. Flatwall Enamel Paint B/s @ 476.00 2 Itrs. Qde Paint Black @ 442.00 1 Itr. Lacquer Puffy @ 270.00 1 Pc Paint Brush 2" @ 33.00 2 Pcs. Baby Roller @ 158.00 2 Btis. Paint Thinner @ 128.00 1 Roll Extension Cord W/ 4gang Outlet (30 Mtrs.) @ 4466.00 20 Mtrs. Flat Chord #14 @ 1660.00 3 Pcs. 4-gang Outlet @ 444.00 1 Pc Padlock 40mm @ 79.00 30 Ft. Chain Link @ 1663.00 6 Itrs. Vulca Seal @ 4518.00 3 Pcs Spatula W/ Handle 3" @ 540.00 5 Pcs. Rubber Plug @ 220.00 Re-painting Of Wall (exhibit Room/area) Of Legazpi City Museum & Installation Of Down Of Down Spout Sp, Cto, Comelec, Office & Fittings Of Cr 5 Pvd 3"pvc Pipe @ 4350.00 7 Pvs 4"0/pvc Pipe @ 8106.00 5 Pcs.3x90" Pvc Elbow @ 435.00 8 Pcs. 4x90" Pvc Elbow @ 1136.00 1 Can Solvent Pipe Cement 200 C.c @ 284.00 2 Pcs Hacksaw Blade @ 158.00 1 Kl. Concrete Nail 3" @ 139.00 1 Box No. 6 Tox @ 58.00 1 Box 1" Wood Screw @ 696.00 1 Pc 3/4" Swing Valve @ 566.00 2 Pcs. Brass Adaptor 3/4 @ 684.00 2 Pcs. Ball Valve 1/2 @ 116.00 4 Pails Flat Latex Paint @ 12676.00 1 Gal Flat Latex Paint Black B/s @ 520.00 1 Bag Skimcoat @ 673.00 10 Pcs Sand Paper #20 @ 290.00 1 Gal Paint Thinner @ 574.00 3 Pcs Paint Roller No.7 @ 435.00 3 Pcs. Paint Brush No. 2 @ 96.00 2 Pcs. Paint Tray (big) @ 228.00 1 Kl. Rugs @ 256.00 2 Pcs Spatula @ 88.00 2 Pcs. Paleta @ 82.00 15 Mtrs. No. 16 Flatcord @ 675.00 1 Pc. 2-gang Outlet (for Extension) @ 79.00 1 Pc. Plug @ 44.00
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: Presolicitation Notice For Solicitation No. 36c24525b0005: The Department Of Veterans Affairs (va) Perry Point Va Medical Center Located At Perry Point, Md Intends To Issue An Invitation For Bids (ifb) To Award A Single, Firm Fixed Price Contract For Construction Services. This Project Consists Of The Contractor Providing All Labor, Materials, Equipment, Permits, Transportation, And Supervision Necessary For The Construction Services For Project Number 512a5-23-311 Demolish Building 9h. work Items Under This Task Order Include The Following But Is Not Limited To: complete All Demolition, Repair, And Replacement Work As Detailed In The Attached Construction Drawings. All Work And Materials Shall Be In Accordance With The Attached Construction Specifications. Contractor Shall Be Responsible For Adherence To All Va And Osha Construction Safety Requirements Pertaining To The Project Scope As Described In The Project Drawings And Specifications. unless Noted Otherwise, All New Surface Repair Work Shall Match The Existing Adjacent Work As Much As Practical.
work Site Protection And Administration Shall Be Included.
warranty On New Work Shall Be Good For A Period Of 1 Year From Date Of Completion Per Far Unless Otherwise Stated.
removal And Disposal And/or Recycling Of All Demolished Building Materials And Construction Waste Per Applicable Regulations Shall Be Included. Manifests/disposal/recycle Tonnage Must Be Summarized And Reported To The Cor.
hazmat Materials Shall Be Removed As Shown In Work Area. Contractor To Adhere To Osha Lead In Construction Standard (29 Cfr 1926.62) For Residual Lead Paint That May Remain. All Hazardous Material Manifests And Land Disposal Restrictions Must Be Signed By An Authorized Va Representative Before Regulated Material May Be Transported Off-site. Contractor Is Responsible For All Supplemental Testing Required (i.e.. Tclp) To Profile And Segregate Waste Streams.
contractor Shall Be Responsible For All Material Deliveries, Storage, And The Coordination Of Deliveries. Over-height And Over-weight Restrictions Are In Place In One Or All Of The Site Access Points. contractor Responsible For All Temporary Site Operations Facilities, Including Temporary Utility Connections, Temporary Worker Restrooms/port-o-johns, Field Office, Storage Areas/conex Boxes, Etc. Contractor Shall Provide Total Site Security Measures Including Locking 8ft-high Chain-link Fence Around Entire Site Complete With Privacy Screening Slats. competition For This Procurement Is Restricted To Service-disabled Veteran Owned Small Businesses (sdvosb). Sdvosb/vosb Firms That Submit Bids On Sdvosb/vosb Set Asides That Are Not Verified Will Be Deemed Nonresponsive (invitation For Bid). The Magnitude Of Construction Is $5,000,000.00-$10,000,000.00. The Firm Must Be A General Construction Firm Approved Under Naics: 238910, Size Standard: $19 Million. The Offeror Shall Obtain All Necessary Licenses Or Permits Required To Perform This Work In The State Of Md. Prospective Contractors Must Be Registered And Current In The Following Websites: Https://veterans.certify.sba.gov, And Https://www.sam.gov To Be Eligible For Award. Note For Joint Venture (jv) Offerors: In Accordance With Vaar 852.219-73(f) Joint Ventures May Be Eligible So Long As The Joint Venture Meets The Requirements Of 13 C.f.r. 128.402. In Order To Comply With 13 C.f.r. 128.402(e) Jv Offerors Must Include In Their Volume I, A Certification Signed By An Authorized Official Of Each Partner To The Joint Venture, Stating That The Parties To The Joint Venture (1) Have Entered Into A Joint Venture Agreement That Fully Complies With Paragraph (c) Of 13 Cfr § 128.402 And (2) Will Perform The Contract In Compliance With The Joint Venture Agreement. Failure To Submit The Certification Will Render The Offeror Ineligible For Award.
there Will Be A Pre-bid Site Visit For This Project Which Will Be Held At The Perry Point Va Medical Center, Perry Point, Md 21902. All Interested Parties Are Encouraged To Attend The Site Visit. The Date Of The Site Visit Will Be Confirmed In The Solicitation. Prospective Contractors May Acquire Solicitation Documents, Which Are Only Available In .pdf Electronic Format By Registering And Downloading Plans And Specifications From The Contractor Opportunities Website. solicitation Documents Will Be Available On Or About 04/15/2025. Approximate Bid Opening Date Is 06/12/2025. Firm Site Visit And Bid Opening Dates Will Be Provided On The Solicitation Once Issued. There Will Be A Public Bid Opening. Bidders Are Advised That Award Will Be Made To The Responsive/responsible Bidder With The Lowest Price. The Procurement Is Subject To Availability Of Funds.
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 52600pr250000065applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
the U.s. Coast Guard, Surface Acquisition Logistic Center (salc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First.
basis For Award: This Solicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Lowest Priced Technically Acceptable Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1. There Are No Adjectival Ratings Nor Will Award Be Based On A Best Value Tradeoff Basis. All Quote’s Will Be Evaluated For Who Meets All The Technical Requirements, Next Who Meets Our Deadlines And Finally What Is The Lowest Cost.
all Quotes Shall Be Emailed To Nigel Mcintyre Via Nigel.a.mcintyre@uscg.mil All Emailed Quotes Shall Have 52600pr250000065in The Subject Of The Email. item Is2 Feet (ft) Diameter X 4 Feet (ft) Length Standard Capacity Foam Filled Netless Fender Qty:16, Fenders Meet The Below Standards tested In Accordance With Pianc Guidelines. constructed To Us Coast Guard/ Navy Specifications. thick, Tough Filament Nylon Reinforced Non-marking Urethane Skin heat Laminated Closed Cell Energy Absorbing Foam Care. integral Swivel End Fittings Internally Connected With A Heavy Duty Stud-link Chain most Be Delivered To: uscg Salc Ctd 700 Ordanance Rd baltimore, Md 21226 skc Nigel Mcintyre
Rail Coach Factory - RDF Tender
Machinery and Tools
Ireps
India
Closing Date7 Jul 2025
Tender AmountRefer Documents This is an estimated amount, exact amount may vary.
Details: Description :short Link Chain, Grade T(8) Calibrated For Pully Block As Per Is 6216 Latest, Diameter 05 Mm
with Manufacturing Test Certificate Endorsed By Competent Person (approved By State/ Central Govt. Autho
rity) With Copy Of Validation Of Competency. [ Warranty Period: 30 Months After The Date Of Delivery ] ]
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Special Notice: Industry Day Event u.s. Army Corps Of Engineers, Philadelphia District – Franklin Slag Pile (mdc) Site Overview And Federal Contracting Opportunities event Date: March 3, 2025 event Time: 1:00 Pm To 3:00 Pm Est event Location: This Is A Virtual Event. Meeting Details To The Virtual Event Will Be Provided After A Regsitration Email Has Been Received. registration Deadline: 12:00 Pm Est, February 27, 2025 the U.s. Army Corps Of Engineers (usace), Philadelphia District On Behalf Of The U.s. Environmental Protection Agency (epa), Has Completed A Design To Remediate The Former Franklin Slag (mdc) Site. The Usace Anticipating Solicitation Of Bids To Implement This Work In The Third Quarter Of 2025. the Site Is Located At The Northeast Corner Of Castor And Delaware Avenues In Philadelphia, Pa In An Industrial Siting. The Site Consists Of Approximately 70,000 Cubic Yards Of Recycling Slag Associated With The Former Franklin Slag Smelting Facility. This Stockpile Is Impacted With Hazardous Levels Of Lead And Detectable Levels Of Rcra 8 Metal. The Site Is Secured With A Chain Link Fence And The Stockpile Capped With A Hdpe Liner. with The Stockpile Covers Over 80% Of The Site, Castor Ave Immediately Adjacent To The Site And The Shoulder Of Delaware Ave, Is Available For Use By The Contractor. Approximately 25 Feet Of The Adjoining Philadelphia Water Department Property Is Available For Relocation Of A Portion Of The Untreated Stockpile Or Storage Of Treated Material Awaiting Laboratory Analytical Results. scope Of Work: relocation Of Portions Of Slag Stockpile To Provide Suitable Working Area(s). on-site Treatment Of Existing Stockpile Of Smelting Slag With A Stabilization Agent To Decrease Leachability Of Lead To Be Characterized As Non-hazardous. laboratory Analysis To Confirm Waste Characterization As Non-hazardous. excavation Of Soils Beneath The Stockpile That Exceed Clean Up Levels. confirmatory Soil Excavation Sampling. transport Of Stabilized Slag And Soil For Disposal At A Licensed Resource Conservation And Recovery Act Subtitle D Landfill. removal And Off-site Disposal Of Existing Concrete Slabs And Foundations Associated With The Former Mdc Aggregate Facility. backfill With Imported Clean Fill To Meet Existing Ground Surfaces. dust Control And Erosion Control Measures. design And Implement A Perimeter Air Monitoring Program Including Monitoring Of Neighboring Residential Areas. design And Implement Traffic Control And Detour Plans Associated With Closure Of Parts Of Castor And Delaware Avenues. monitoring Well Abandonment And Installation. eight Quarters Of Groundwater Sampling And Laboratory Analytical For Rcra Metals. site Restoration. highlights Of The Industry Day Include: project Overview: Detailed Presentation On The Scope Of Work, Including The Criteria For Community Eligibility, Project Phases, And The Planned Implementation Schedule. federal Contracting Insights: Learn The Specifics Of Engaging With The Usace On This Project, With A Focus On Nonstructural Work And Home Elevation Initiatives. networking Opportunities: Connect With Usace Leadership And Other Industry Peers To Discuss Potential Collaboration And Project Participation. open Forum For Feedback: Engage In Discussions With Usace Representatives, Share Your Perspectives, And Ask Questions Related To The Project And Contracting Process. government Request: the Government Is Requesting A Capabilities Statement, Not To Exceed One Page, To Address The Following Items: seeking Input On Construction Techniques For Rehandling The Stockpile To Increase The Available Workspace. It Is Assumed That It Will Be Necessary To Install Temporary Retaining Wall(s) At The Property Line And Rehandling Of The Pile In Order To Develop A Processing Area. Is This Feasible? would Extended Work Hours Be Beneficial To Separate The Traffic Patterns Associated With Material Treatment, Stockpiling, And Loadout? Especially Considering The Number Of Loads And Landfill Operating Hours. sampling Of The Slag Stockpile Has Resulted In Varying Levels Of Tclp Lead. Would Additional Pilot Testing Throughout The Project Outweigh The Additional Admixture To Ensure Stabilization, Or Is That The Contractor’s Means And Methods? who Should Attend? entrepreneurs, Business Leaders, And Representatives From Companies Of All Sizes And Socioeconomic Backgrounds Interested In Federal Contracting, Especially Those Specializing In Engineering, Construction, Home Elevation, And Related Support Services. registration Information: attendance Is By Prior Registration Only. Please Register By Sending The Following Information To Eric Leach, Eric.a.leach@usace.army.mil, The Primary Point Of Contact, By 12:00 Pm Est On February 27, 2025: company Name company Capabilities Sheet / Brief names Of All Attendees contact Information (email And Phone Number) will Attendance Be In-person, Or Virtual (in-person Space Is Limited To 20 Attendees) this Industry Day Is A Unique Opportunity To Align Your Business Objectives With The Specific Goals Of The Franklin Slag Removal Project And To Understand How Your Business Can Contribute To The Success Of The Initiative. We Look Forward To Your Participation And The Collaborative Opportunities That This Event Will Undoubtedly Present. points Of Contact: eric Leach – Eric.a.leach@usace.army.mil brandon Mormello - Brandon.r.mormello@usace.army.mil
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date16 May 2025
Tender AmountRefer Documents
Details: Project Update 23 April 2025: Amendment No 0002 Is Issued. ******************************************** project Update 16 April 2025: Amendment No. 0001 Is Issued. ********************************************* project Update 10 February 2025: The Bidder Site Survey Attendance Sheet Is Attached. Site Survey Was Held On 7 February 2025. ********************************************** solicitation Notice Update 15 January 2025: The Project Magnatude Is Corrected As Follows - project Magnitude: Between ¥100,000,000 And ¥500,000,000 (japanese Yen) (fars 36.204) ********************************************** the U.s. Army Corps Of Engineers, Japan District (poj) Is Providing A Solicitation Notice Pursuant To Far 36.213-3 For An Upcoming Invitation For Bid (ifb). project Information project Title: Replace Afn Radio Transmission Tower, Camp Kinser project Location: Okinawa, Japan product Service Code (psc): Z2bg – Repair Or Alteration Of Electronic And Communication Facility naics Code: 236220 – Commercial And Institutional Building Construction project Magnitude: Between ¥100,000,000,000 And ¥500,000,000,000 (japanese Yen) (fars 36.204) construction Type: Design-bid-build (dbb) Construction project Description: this Project Is To Replace The American Forces Network (afn) 300-feet (91.44 Meters) Amplitude Modulation (am) Medium Frequency Antenna System Tower And Install New Radials. The Project Is Located At Camp Kinser Transmitter Site, Near Building 951, Okinawa, Japan. The Existing Afn Am Radio Transmission Tower Antenna System At Camp Kinser Will Be Replaced By A New Cylindrical Guyed Tower Antenna System. The New Antenna System Will Consist Of A New Cylindrical Guyed Tower Mast, Antenna Tuning Unit (atu) And Bonded Guy Wire To The Top Of The Tower (insulated Such To Provide An Effective 379.5-feet (115.67 Meters) Of Antenna Length). Electrical Scope Of Work Will Include The Removal Of The Existing Overhead Power Feeder For The Existing Tower, And Provision Of New Underground Feeder, New Led Fencepost Lighting And Weatherproof Receptacles, And Power Connections To Supplement The Function Of The New Antenna System. Structural Work Will Include Demolition And Provision Of A New Afn Radio Transmission Tower System And The Demolition And Provision Of New Tower And Guy Wire Foundations. Civil Work Scope Will Include Support To Construction Activities Such As Minor Grading Work For The New Antenna Tuning Unit (atu) Pad And Areas Directly Above New Foundations, Removal And Providing New Typical Precast Concrete Chain Link Fence Around The Area Directly Below The Tower That Will Be Affected By The Tower Demolition Work, And Fence Affected By The Required Site Access To The Project. solicitation Information: procurement Method: Invitation For Bid (ifb) Solicitation. the Government Intends To Award A Firm-fixed-price Construction Contract As A Result Of The Ifb. all Interested Companies Shall Be Actively Registered In The System For Award Management (sam) Database In Order To Be Eligible For Award Of Government Contracts. Information On Registration And Annual Confirmation Requirements May Be Found At Http://www.sam.gov. For A Joint Venture, The Joint Venture As An Independent Entity Must Be Registered In Sam As Such. only Local Sources Will Be Considered Under This Solicitation. This Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under This Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform In Japan, The Type Of Construction Work Specific In This Solicitation. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. Offerors Are Required To Be Registered With The Government Of Japan To Do Construction Work In Japan And Possess Necessary Construction Licenses And Permits To Perform Work Required Under This Solicitation At The Time An Offer Is Submitted. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran2.mlit.go.jp/takken . The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. u.s. Army Corps Of Engineers, Japan District, Poc: primary: norman Roldan contract Specialist 098-970-9041 norman.roldan@usace.army.mil alternate: jack T. Letscher contracting Officer 098-970-4402 jack.t.letscher@usace.army.mil
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date28 May 2025
Tender AmountRefer Documents
Details: Solicitation Notice Synopsis For w912hn25b4005 project No.: Xdqu132619 ang Perimeter Fence And Drainage Repair savannah, Ga the U.s. Army Corps Of Engineers {usace) Savannah District Is Issuing An Invitation For Bid (ifb) W912hn25b4005 For Project Number: Xdqu132619 - Ang Perimeter Fence And Drainage Repair, Savannah Airport, Savannah, Ga. note: The Subsequent Solicitation Will Result In A C-type Stand-alone Contract. type Of Contract & Naics:this Acquisition Is Being Solicited Using Far Part 14, Sealed Bid Procedures For One (1) Firm-fixed-price (ffp) Contract. The North American Industry Classification System (naics) Code Is238910 – Site Preparation Contractors, With A Small Business Size Standard Of$19m. product Service Code:z2pz – Repair Or Alteration Of Other Non-building Facilities Services. type Of Set-aside:this Acquisition Is Being Offered As A 100% Total Small Business Set-aside. construction Magnitude:in Accordance With Far 36.204, The Magnitude Of This Construction Project Is Anticipated To Be Between$500,000 And $1,000,000. proposal Due Date:29 May 2025 At 1100 Edt Via The Piee Solicitation Manual site Visit: A Site Visit Will Be Held On 8 May 2025 At 10:00 Am Edt. In Order To Attend, Contractors Must Submit Nlt 12:00 Pm Edt 5 May 2025: 1) Full Name (first, Middle, Last) And 2) Company Name. No Identification Numbers (driver License, Ssn, Etc) Are Needed. Send Via Email To Jeremy Miller (jeremy.d.miller@usace.army.mil). Enter The Base Via The Gate At The Intersection Of Dean Forest Rd (ga307) And Mikell Ave, Savannah, Ga. After Entering The Base, Park In The Gravel Lot To The Right (south) As Shown On The Site Visit Location Strip Map. Poc Is Jeremy Miller At (912) 318-8146. period Of Performance: The Period Of Performance Is 450 Calendar Days After The Issuance Of The Notice To Proceed. project Scope: This Project Is For Repair Erosion And Voids Of Banks Of Storm Drainage In Selected Areas Of The Base Perimeter Of The Savannah National Guard. Also, To Construct/install Drainage Structures, Swales, And Replace Perimeter Chain- Link Fencing With Associated At/fp Compliant Clear Zone/gravel Patrol Road. this Project Is Fully Designed, And All Technical Specifications And Drawings Will Be Provided On Piee solicitation Website: The Official Solicitation Is Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System {sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored. project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://sam.gov To Download The Solicitation For This Project. if/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Offerors Must Check The Website Periodically For Any Amendments To The Solicitation. registrations: System For Award Management (sam)-offerors Shall Maintain An Active Registration In The Sam Database At Https://sam.gov To Be Eligible For A Government Contract Award. Suppose The Offeror Is A Joint Venture (jv). In That Case, The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If An Offeror Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Offeror. procurement Integrated Enterprise Environment (piee): The Only Authorized Transmission Method For Bids In Response To The Forthcoming Solicitation Is Electronic Via Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Method (e-mail, Facsimile, U.s. Postal Mail, Hand Carried, Etc.) Will Be Accepted. Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil/. the Following Link Is Provided To Satisfy Far 36.211(b) Reporting Requirements For Construction Contracts Anticipated To Be Awarded To A Small Business. The Information Is Accessed By Clicking On “view Construction Contract Modification Process” (satisfying Far 36.211(b)(1)) And “view Construction Contract Modification Process Past Performance Data” (satisfying Far 36.211(b)(2)) On The Website Provided." Https://www.usace.army.mil/business-with-us/partnering/mod/129895/details/443/ point Of Contacts: Contracting Officer - Mr. Greg Graham - Gregory.m.graham@usace.army.mil
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date10 Jan 2025
Tender AmountUSD 227.8 K This is an estimated amount, exact amount may vary.
Details: Title: Install Control Fence - Fpc
b&f Project #: 24z3au4 solicitation Number: 15b30225q00000012 agency/department: Federal Bureau Of Prisons - Federal Correctional Facility - Coleman type Of Notice: Solicitation, Rfp (request For Proposal) electronic Submissions: Proposals Must Be Sent Via Email To Jrosagarcia@bop.gov, Only! No Later Than Thesubmission Deadline: January 10, 2025, At 11:00 Am Est with The Subject Line:
install Control Fence - Fpc B&f Project # 24z3au4. important: Bids Sent To Any Other Email Address Than The One Provided Above( Jrosagarcia@bop.gov) Will Notbe Evaluated. The Award Will Be Made To The Contractor Thatprovides The Best Value To The Government And Has Multiple Successful Past Projects Prefeably Working In A Prison Environment, Which May Or Not Be The Lowest Bidder. But Not Required. project Description: Full Spec Listed In The Attached Statement Of Work Please Read! fcc Coleman Requires The Complete Installation Of Approximately 1,700 Linear Feet Of Chain-link Fencing, Twelve Feet (12’) Tall, In Accordance With The Statement Of Work (sow)and Technical Design Guidelines (tdgs). The Contractor Shall Provide All Materials, Labor, Equipment, Incidentals, And Perform The Following Work: construct A Control Fence With Continuous Concrete “mow Strips” On Both Sides Of The Fence As Specified In The Tdgs. submit Daily Work Summaries To The Cor, Including Personnel Details, Work Performed, Deliveries, Site Conditions, And Any Incidents Or Issues. Daily Reports Are Due By Noon For The Previous Workday. legally Dispose Of All Construction Debris Off-site. On-site Burning Or Burying Is Prohibited. provide And Maintain Appropriately Sized Open-top Waste Containers. Waste Must Be Removed At Least Monthly. protect Government Property Throughout The Project. Any Damage Caused By The Contractor Must Be Corrected At No Cost To The Government. construct And Install A 20-foot Wide By 12-foot Tall (20’ X 12’) Access Gate Comprising Two 10-foot Wide Swing Gates. install Additional Fencing Mesh To Fully Enclose Emergency Exit Stairs At The Ends Of The Fpc Housing Unit To Secure The New Control Fence. install Razor Ribbon "waterfalls" At All Angles Of Less Than 180° And Where Fences Meet Buildings Or Existing Fences, As Per Tdgs. Razor Wire Will Be Provided By Fbop; The Contractor Is Responsible For Transporting It To The Site. set-aside Status: Small Business naics Code: 238990 - All Other Specialty Trade Contractors submission Instructions: submission Deadline: January 10, 2025, At 11:00 Am Est
submission Method: Email To Jrosagarcia@bop.gov all Bids Must Include: completed Sf24-23a Bid Bond. completed Cost Summary Spreadsheets. attached Sf1442. contract Type: Firm-fixed-price period Of Performance: start Date: Estimated 10 Days After The Notice To Proceed. duration: 90 Calendar Days From The Notice To Proceed. site Visit/pre-proposal Conference:conducted! Pre-bid Site Vist Documents (attached). date: December 20, 2024 time: 10:00 Am Est location: Fcc Coleman, 846 Ne 54th Terrace, Coleman, Fl 33521 (fpc - Fcc Coleman Camp Parking Lot) rsvp Instructions:
please Email Tlarge@bop.govand Attach The Ncic Form(provided In The Attachments) For Each Individual Attending. Forms Must Be Submitted Bydecember 17, 2024, At Noon Est To Allow Time For Background Checks. Forms Submitted Late Will Not Be Processed For Attendance Of The Site Visit, Although Bidders May Still Submit A Bid. Ncic Form Must Be Completely And Accurately Filled Out, Including All Information, And Must Be Hand Signed. Any Forms Not Fully Completed Nor Signed Will Not Be Processed. point Of Contact: name: Joshua Rosa title: Contract Specialist email: Jrosagarcia@bop.gov questions Deadline: Submit Questions No Later Than January 5, 2025, 12pm Est. Questions Received After This Date Will Not Be Evaluated. attachments: statement Of Work (sow) sf24-23a Bid Bond (must Be Submitted With Your Bid) cost Summary Spreadsheets (blank; Must Be Submitted With Your Bid) ncic Form construction Wage Determination Fl20240229, Dated 11/01/2024 sf1442 15b30225q00000012/0001 - Incorparating Site Vist Documents Updatedconstruction Wage Determination Fl20240229 Dated 12/06/2024, Site Visit Meeting Minites And Photos. 15b30225q00000012/0002- Incorpararing ... 1) Update Construction Wage Determination Fl20240229 Effective 01/03/2025 (attached); 2) Incorporate Responses To Bidders'' Questions (attached)
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:30 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
2321-2330 of 2363 archived Tenders