Crane Tenders

Crane Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: Scope Of Work – Orwell Dam By-pass Flow 1. Project Description the Saint Paul District Of The U.s. Army Corps Of Engineers (usace) Has Issued This Solicitation For By-pass Services At Orwell Dam Near Fergus Falls, Mn. The Usace Operates Orwell Dam For Flood Risk Management, Water Supply, Fish And Wildlife Management, Water Quality, And Recreation. This Contract Is To Supply Necessary Services And Equipment To Operate And Maintain A 80 Cubic Feet Per Second (cfs) By-pass Flow From Pool To The Tailwater Around The Dam Control Structure During Its Dewatering. The By-pass System Will Ensure A Minimal Flow Downstream And To Facilitate A Successful Dewatering Inspection And If Needed Repairs To The Stilling Basin. the Contractor Is Responsible For Supplying, Installing, Operating, And Maintaining A Complete By-pass Flow System To Maintain A Minimum Flow Of 80cfs. The By-pass System Shall Include The Minimum Number Of Pumps To Sustain A Constant Minimum Flow Of 80cfs Throughout The Dewatering. The Contractor Shall Provide All Pumps, Generators, Piping, Transportation Of Equipment To And From The Site, Labor Associated With The Setup, And All Costs Related To By-pass Operations, Fuel And Maintenance. all Work Will Occur At Orwell Dam Near Fergus Falls, Mn, And May Commence After September 2, 2025, Monday To Friday, Between 0800-1700, Excluding Federal Holidays. The By-pass System Must Be Operational No Later Than 8:00am On September 15, 2025 And Run Continuously Until 3pm On September 19, 2025. The By-pass System Removal Can Start After September 22, 2025, Between 0800-1700, And Shall Be Completed By September 26, 2025. 2. Project Scope Statement the Following Are Project Requirements: maintain A Minimum Flow Capacity Of 80cfs. generator: The Contractor Must Provide A Generator Capable Of Powering All Pumps. The Generator Shall Be Located At The Top Of The Dam And The Location Shall Be Coordinated With The Government. The Contractor Will Be Required To Fuel And Maintain The Generator During Operations. piping: The Contractor Shall Provide Leak-free Piping From The Pumps To The Downstream Discharge Point, Capable Of Withstanding Pumping Forces. The Length Of Piping Required Is Approximately 350ft As Shown By The Orange Line In Figure 1. Contractor Shall Verify The Required Pipe Length During The Post Award Site Visit. pumps: The Contractor Shall Supply Operational Submersible Pumps Capable Of Maintaining A Minimal Flow Of 80cfs. Submerging The Pumps To The Bottom Of The Control Structure Slab Will Result In Approximately A Minimum Of 15ft Of Water. The Distance From The Bottom Of The Control Structure To The Top Of The Dam Is Approximately 43ft. See Figure 1 (sow Attachment 1) For Cross-section. location: Staging And Setup Shall Be On The North Side Of The Dam. The Exact Placement Of Pumps, Generator, And Piping Shall Be Coordinated With The Government To Avoid Hindering Dewatering Operations, Bulkhead Installation, And Surrounding Dam Instrumentation. Reference To Government-provided Drawings Should Be Made And Figure 2 (sow Attachment 1) Which Outlines The By-pass Layout During The 2003 Dewatering. 3. The Base Of Scope Of Work the Contractor Shall Set Up The By-pass System Around The Concrete Control Structure. The Upstream Pool Is Accessible From The Top Of The Embankment Dam (elevation: 1080) On The North Side And Pumps Can Be Placed On The Upstream Concrete Control Structure Slab (elevation: 1037). The Contractor Shall Install The Pumps, Generator, And Piping To Maintain A Minimum Constant Flow Of 80cfs. The Contractor Shall Provide A Suitable Crane And All Necessary Equipment For Setting Up Pumping Operations, Including Piping Lines. The Contractor Shall Utilize A Generator As A Power Source Since Availability At The Site Is Not Guaranteed. the Government Will Coordinate With The Contractor Regarding Pump And Piping Locations To Ensure Correct Placement Without Obstructing Bulkhead Installation And Not Impact Instrumentation That Is Located. 4. Environmental Protection: environmental Protection Is The Prevention/control Of Pollution And Habitat Disruption That May Occur To The Environment During Construction. The Control Of Environmental Pollution And Damage Requires Consideration Of Land, Water, And Air; Biological And Cultural Resources; And Includes Management Of Visual Aesthetics; Noise; Solid, Chemical, Gaseous, And Liquid Waste; Radiant Energy And Radioactive Material As Well As Other Pollutants. 5. Submittals: listed Below Are The Required Submittals. All Submittals Are Required To Be Approved By Contracting Officer Prior To Any Work Or Mobilization To The Site. by-pass Plan: The Layout Of The By-pass System Shall Be Submitted And Include The Following: number And Type Of Pumps To Be Used. Specifying Capacity And Operations Details. type Of Piping Material With Diameter Specifications And Details On Joints (e.g. Connection Procedures). the Generator Specifications For On-site Power Supply. details Of The Crane And Other Equipment Necessary For Installation To Ensure Compliance With The Site. schedule: The Contractor Shall Submit A Detailed Construction Schedule For Review And The Schedule Must Include: outline Of Work To Be Completed, Breaking Down Tasks. hours Of Operation On Site. number Of Personnel And Equipment That Will Be On Site. spill Control Plan: The Spill Control Plan Shall Include The Procedures, Instructions, And Reports To Be Used In The Event Of An Unforeseen Spill Of A Substance Regulated By 40 Cfr 68, 40 Cfr 302, 40 Cfr 355, And/or Regulated Under State Or Local Laws And Regulations. The Spill Control Plan Supplements The Requirements Of Em 385-1-1. This Plan Shall Include As A Minimum: the Name Of The Individual Who Will Report Any Spills Or Hazardous Substance Releases And Who Will Follow Up With Complete Documentation. This Individual Shall Immediately Notify The Contracting Officer, And The Local Fire Department For Flammable Materials, In Addition To The Legally Required Federal, State, And Local Reporting Channels (including The National Response Center 1-800-424-8802) If A Reportable Quantity Is Released To The Environment. The Plan Shall Contain A List Of The Required Reporting Channels And Telephone Numbers. the Name And Qualifications Of The Individual Who Will Be Responsible For Implementing And Supervising The Containment And Cleanup. training Requirements For Contractor's Personnel And Methods Of Accomplishing The Training. a List Of Materials And Equipment To Be Immediately Available At The Job Site, Tailored To Cleanup Work Of The Potential Hazard(s) Identified. the Names And Locations Of Suppliers Of Containment Materials And Locations Of Additional Fuel Oil Recovery, Cleanup, Restoration, And Material-placement Equipment Available In Case Of An Unforeseen Spill Emergency. the Methods And Procedures To Be Used For Expeditious Contaminant Cleanup. point Of Contact (poc): The Contractor Shall Provide Personnel That Will Be Available To Contact If There Are Any Reportable Issues Or Concerns With The By-pass System. The Pocs Shall Be Available 24/7 During Operations Of The System And Can Be Onsite Within 6 Hours. The Submittal Shall Contain A List Poc Along With A Phone Number And Times That Will Be Available. safety Plan: The Contractor Shall Submit A Safety Plan For All Activities Including Crane Operations And Lifting Plans. The Contractor Shall Prepare An Accident Prevention Plan Utilizing The Eng Form 6293, Accident Prevention Plan (app) Worksheet Provided And According To The Em 385-1-1. All Employees Performing Work Under This Contract Shall Wear Personal Protective Equipment As Specified In Em 385-1-1 Including As A Minimum Safety-toed Boots, Hard Hat, Safety Glasses, Hearing Protection, Sleeved Shirts, Long Pants, And Gloves And Other Equipment Common To Trade As Specified In Em 385-1-1. The Eng Form 6293, Accident Prevention Plan (app) Worksheet Is Included. This Plan Must Be Approved By The Contracting Officer Prior To Commencement Of Any Work. Once Approved By The Contracting Officer, The App And Attachments Will Be Enforced As Part Of The Contract. Disregarding The Provisions Of This Contract Or The Approved App Will Be Cause For Stopping Of Work, At The Discretion Of The Contracting Officer, Until The Matter Has Been Rectified. Once Work Begins, Changes To The Approved App Shall Be Made With The Knowledge And Concurrence Of The Contracting Officer, Project Superintendent, Ssho And Quality Control Manager. Should Any Severe Hazard Exposure, I.e. Imminent Danger, Become Evident, Stop Work In The Area, Secure The Area, And Develop A Plan To Remove The Exposure And Control The Hazard. Notify The Contracting Officer Within 24 Hours Of Discovery. Eliminate/remove The Hazard. In The Interim, Take All Necessary Action To Restore And Maintain Safe Working Conditions To Safeguard Onsite Personnel, Visitors, The Public (as Defined By Asse/safe A10.34,) And The Environment. the Contractor Shall Have On Site An Employee Designated As A Site Safety And Health Officer (ssho) Who Has Completed The Osha 30-hour Construction Safety Training Or Its Equivalent As Specified In Em 385-1-1. The Contractor Shall Complete The Eng Form 6282, Site Safety & Health Officer (ssho) Designation Letter, And Submit With The App. The Eng Form 6282, Site Safety & Health Officer (ssho) Designation Letter Is Included. The Ssho Or An Equally Qualified Designated Representative/alternate Shall Be At The Work Site At All Times To Implement And Administer The Contractor's Safety Program And Government Accepted Accident Prevention Plan. the Contractor Shall Prepare And Use An Aha To Ensure Safe Performance Of Work. It Is The Contractor's Responsibility To Prepare The Aha. The Aha Shall Be Approved By The Contracting Officer Prior To Commencement Of Work. All On-site Employees Shall Review The Approved Aha Prior To Performing Work At The Site And The Aha Must Be Available During Daily, Weekly, And “tool Box” Safety Meetings As Appropriate. ahas Shall Define The Activities Being Performed And Identify The Work Sequences, The Specific Anticipated Hazards, Site Conditions, Equipment, Materials, And The Control Measures To Be Implemented To Eliminate Or Reduce Each Hazard To An Acceptable Level Of Risk. the Aha Shall Be Reviewed And Modified As Necessary To Address Changing Site Conditions, Operations, Or Change Of Competent/qualified Person(s). The Eng Form 6206, Activity Hazard Analysis (aha) Is Included. While Not Mandatory For Use, The Eng Form 6206 Is The Recommended Format. all Crane Operations Are Required To Conform With Em 385-1-1 16-7 "minimum Plan Requirements" For The Duration Of This Project. 6. Site Visit: a Site Visit For Potential Offerors Is Scheduled For March 7, 2025 At 10:30 Am. Site Visit Will Be Coordinated Through Karl Just At Karl.p.just@usace.army.mil Or 651-290-5768 post-award The Contractor Shall Schedule At Least 1 Site Visit Prior To Installation To Observe Site Conditions. 7. References: government Provided Drawings And Past Photos. site Location: usace orwell Dam 14780 Orwell Road fergus Falls, Mn 56537
Closing Date28 Mar 2025
Tender AmountRefer Documents 

Bangladesh Power Development Board Tender

Goods
Machinery and Tools...+1Scraps
Bangladesh
Description: Sp- 51. Supplying Of Materials For Break System Of Over Head Crane
Closing Date20 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: N00164-25-q-0562 – Brand Name Or Equal –resodyn Acoustic Mixer– Fsg 6640 - Naics 334513 issue Date 4 March 2025 – Closing Date 18 Mar 2025– 4:00 Pm Eastern Time item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement For…this Procurement Is For Materials That Are Name Brand Or Equal To Resodyn Acoustic Mixer, Labram 2. Meet The Following Requirements; • Resonant Mixing Capability Up To 100 G Acceleration Force Capacity Up To 1kg Of Material But Capable Of Various Sizes, Capable Of Mixing Viscous Resins/slurries, Capable Of Vacuum Operation For Degassing Sample While Mixing, And Runs On 120v Power. contractors Must Be Properly Registered In The System For Award Management (sam). Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via The Internet At Https://sam.gov. contractors Must Be Properly Registered In The System For Award Management (sam) And The Joint Certification Program (jcp) In Order To Receive The Controlled Attachments. Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via Https://sam.gov. Information About The Jcp Is Located At Https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx. The Controlled Attachments Will Be Posted At The Same Time The Solicitation Is Posted. this Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N00164-25-q-0562 Is Hereby Issued As An Attachment Hereto. contract Opportunities On Https://sam.gov/ Has Officially Replaced Fbo.gov all Changes To The Requirement That Occur Prior To The Closing Date Will Be Posted To Contract Opportunities On Https://sam.gov/. It Is The Responsibility Of Interested Vendors To Monitor Https://sam.gov/ For Any Amendments, Which May Be Issued To This Solicitation. for Changes Made After The Closing Date, Only Those Offerors That Provide A Quote Will Be Provided Any Changes/amendments And Considered For Future Discussions And/or Award. offers Shall Be E-mailed To Dustin.l.spicer.civ@us.navy.mil. All Required Information Must Be Received On Or Before _18 Mar 2025 At__4:00 Pm____ Eastern Time.
Closing Date18 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Manpower Supply
United States
Details: ***see Attached For Full Text Notice*** this Is A Sources Sought Notice / Request For Information; Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. the Applicable Naics Code Is 336611, Ship Building And Repairing, And The Size Standard Is 1,300 Employees. requirement: This Notice Is Issued By The U.s. Coast Guard, Surface Forces Logistics Center, And Alameda, Ca To Identify Sources Capable Of Providing The Following: Contractor Shall Provide All Necessary Labor, Materials, Services, Equipment, Supplies, Power, Accessories, Special Tools And Such Other Things As Are Necessary To Perform Drydock Maintenance To The U.s. Coast Guard Cutter, Uscgc Cypress (wlb-210) Fy25 A 225’ Buoy Tender. this Requirement Is For A Vessel That Is Homeported In Coast Guard District 17. It Is Anticipated That This Requirement Will Be Solicited In Accordance With Ndaa Fy 2021 Section 8820, Shipyard Provision, Section 8220, Vessel Conversion, Alteration, And Repair Projects. sec. 8220. Vessel Conversion, Alteration, And Repair Projects. (a) In General.—notwithstanding Any Provision Of The Small business Act (15 U.s.c. 631 Et Seq.) And Any Regulation Or Policy implementing Such Act, The Commandant May Use Full And Open competitive Procedures, As Prescribed In Section 2304 Of Title 10, united States Code, To Acquire Maintenance And Repair Services for Vessels With A Homeport In Coast Guard District 17. (b) Applicability.—subsection (a) Shall Apply Only If There are Not At Least 2 Qualified Small Businesses Located In Coast Guard district 17 That Are Able And Available To Provide The Services described In Such Subsection. (c) Limitation.—the Full And Open Competitive Procedures described In Subsection (a) May Only Be Used To Acquire Such Services from A Business Located In Coast Guard District 17 That Is Able and Available To Provide Such Services. uscgc Cypress (wlb-210) Drydock Availability Fy2025. anticipated Naics Code/size Standard: The Applicable Naics Code Is336611, Ship Building And Repairing And The Size Standard Is 1,300 Employees. geographical Restriction: n/a place Of Performance:contractor’s Facility In Alaska description Of Work: this Requirement Is For The Contractor To Provide All Necessary Facilities, Materials, Equipment, Personnel, And Other Such Things Necessary To Perform Dry-dock Repairs To The U.s. Coast Guard Cutter (uscgc) Cypress (wlb-210), A 225 Foot Seagoing Buoy Tender. This Vessel’s Homeport Is At Chiniak Hwy, Kodiak Ak 99615. All Work Is To Be Performed At The Contractor’s Facility. The Required Performance Period Is 99 Days. The Performance Period Is 08 September 2025 – 16 December 2025 To Accommodate Coast Guard Cutter Operational Needs. description: This Dry Dock Will Consist Of Approximately One Hundred And Seventeen (117) Work Items, Hull Plating Ultrasonic Testing, Underwater Body Preserve, Propeller Removal And Inspect, Propulsion Shaft Removal, Inspect, And Reinstall, Rudders Remove, Inspect, Reinstall And Preserve, Construction Deck 100% Preserve, Tanks Clean And Inspect, And Boat Davit Inspect. This Is Not A New Requirement. This Is Required Maintenance. item description d-001 fire Prevention Requirements d-002 hull Plating, U/w Body, Inspect d-003 hull Plating, U/w Body, Ultrasonic Testing d-004 hull Plating, Freeboard, Ultrasonic Testing o-005 u/w Body, Preserve, 100 Percent d-006 u/w Body, Preserve, Partial, Condition A o-007 u/w Body, Preserve, Partial, Condition B o-008 u/w Body, Preserve, Partial, Condition C o-009 hull Plating Freeboard, Preserve, Partial d-010 appendages, U/w, Leak Test d-011 propulsion Shaft Fairwaters And Rope Guards, Inspect d-012 appendages, U/w, Internal, Preserve d-013 chain Lockers, Clean And Inspect d-014 voids, Non-accessible, Leak Test d-015 voids, Non-accessible, Internal Surfaces, Preserve d-016 tanks, Mp Fuel Service, Clean And Inspect d-017 tanks, Potable Water, Clean And Inspect d-018 tanks, Ballast, Clean And Inspect d-019 voids, Accessible, Clean And Inspect d-020 tanks, Dirty Oil And Waste, Clean And Inspect d-021 hydraulically Operated Cargo Hatch, Inspect And Service d-022 main Reduction Gear, Overhaul d-023 propulsion Shafting; Remove, Inspect, And Reinstall d-024 propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal d-025 propulsion Shaft Seals, Bulkhead, Overhaul d-026 strain Gage Alignment, Check o-027 propulsion Shafting, Optical Or Laser Alignment Check o-028 propulsion Tail Shaft Sleeve, Skim Cut d-029 propulsion Shaft Bearings, External, Check Clearances o-030 propulsion Shaft Bearing, Stave Renewal o-031 stern Tube Interior Surfaces, Preserve, 100 Percent d-032 controllable Pitch Propellers, Clean And Inspect d-033 controllable Pitch Propeller, System Maintenance, Perform d-034 controllable Pitch Propeller Hub, General Maintenance With Eal, Perform d-035 controllable Pitch Propeller Hub, Remove And Reinstall d-036 sea Water System Piping, Clean And Flush d-037 heat Exchangers, Clean, Inspect And Hydro d-038 main Diesel Engine, Mde, Exhaust Piping, Commercial Clean d-039 ship Service Diesel Generator, Ssdg, Exhaust Piping, Commercial Clean d-040 ship Service Diesel Generator, Clean And Inspect d-041 emergency Diesel Generator, Clean & Inspect d-042 fathometer Transducer, General Maintenance d-043 fwd Scan Sonar Transducer, General Maintenance, Perform d-044 vent Ducts, Engine And Motor Room, All, Commercial Cleaning d-045 vent Ducts, Galley And Pantry Room, All, Commercial Cleaning d-046 vent Ducts, Laundry Exhaust, Commercial Cleaning d-047 vent Ducts, All Other, Commercial Cleaning d-048 sea Valves And Waster Pieces, Overhaul Or Renew d-049 sea Strainers, All Sizes, Renew d-050 sea Strainers, Duplex, All Sizes, Overhaul d-051 sea Strainers, Simplex, All Sizes, Clean And Inspect d-052 sea Bay, Clean And Inspect o-053 Sea Bay, Preserve 100% d-054 potable Water Pneumatic Tanks, Clean And Inspect d-055 compressed Air Receivers And System Valves, All, Clean, Inspect, Hydro And Lift d-056 rudders, Preserve, 100 Percent d-057 rudder Stock Bearings, Check Clearances d-058 rudder, Inspect And Repair d-059 rudder And Rudder Stock, Remove And Inspect o-060 rudder Bearings, Renewal d-061 thruster Units, Overhaul Fluid Change To Eal d-062 hull Fittings (weight Handling Rigging Hardware), Inspect And Test d-063 hydraulic Chain Stoppers, Inspect And Service d-064 crossdeck Winches, Inspect And Service d-065 hydraulic Inhaul Winch, Inspect And Service d-066 mechanical Chain Stoppers, Inspect And Service d-067 anchor Windlass, Inspect And Service d-068 anchor Chains And Ground Tackle, Inspect And Repair d-069 anchor Chain And Ground Tackle, Preserve d-070 anchors, Preserve d-071 hawse Pipes, Preserve d-072 warping Capstan, Inspect And Service d-073 hull Fittings (mooring And Towing), Inspect And Test d-074 single Point Davit, Inspect And Service d-075 welin Lambie Dual Point Davit Twpiv 5.0b, Inspect, Test, And Overhaul d-076 commissary Hoist, Inspect And Service d-077 buoy Crane, Appleton Eb600-60-40, Inspect And Service d-078 grey Water Holding Tanks, Clean And Inspect d-079 sewage Holding Tanks, Clean And Inspect d-080 grey Water Piping, Clean And Flush d-081 sewage Piping, Clean And Flush o-082 accessible Voids, Preserve, 100 Percent o-083 tanks, Ballast, Preserve, 100 Percent o-084 tanks, Ballast, Preserve, Partial d-085 chain Locker, Preserve, 100 Percent d-086 accessible Void(s), Preserve, Partial, o-087 tanks, Potable Water, Preserve, Partial, d-088 decks – Exterior (buoy Or Construction Deck), Preserve 100% d-089 hull Plating Freeboard (buoy Port Areas), Preserve d-090 superstructure, Preserve, Partial d-091 cathodic Protection, Zinc Anodes, Renew, d-092 impressed Current Cathodic Protection System, Inspect And Maintain d-093 impressed Current, Cathodic Protection System, Reference Cells, Renew d-094 drydock d-095 temporary Services, Provide - Cutter d-096 sea Trial Performance, Support, Provide o-097 potable Water Pump Room Deck, Preserve d-098 bilges, Preserve d-099 deck Covering, Interior, Wet And Dry, Renew d-100 space Or Component, Preserve d-101 water Tight Hatches, Internal Dc Deck And Below, Renew d-102 watertight Doors And Scuttles, External, Renew d-103 life Rail Renewal d-104 missing Handgrabs, Install d-105 sw Ballast Tank Tli, Repair d-106 fuel Oil (fo) Piping, Renew d-107 circuit Breakers, Inspect, Maintain & Test d-108 single Point Davit Ladder, Renew d-109 exterior Deck Drain, Renew d-110 shower Pan Renew d-111 boat Deck, Port And Starboard, Removable Lifeline Latches, Modify d-112 steering Gear Heat Exchanger, Modify d-113 steering System Plc, Upgrade d-114 galley Vent Ducting Modify d-115 thruster Generator, Clean & Inspect d-116 fluxgate Digital Compass System d-117 independent Nace Inspector (level 3), Provide d-118 tenting, Provide anticipated Period Of Performance: 08 September 2025 Through 16 December 2025 (subject To Change At The Discretion Of The Government). If The Company Is Unable To Meet This Period Of Performance, It Is Incumbent Upon The Company To Propose An Alternative 99 Calendar Day Period Of Performance. submission Of Information: Companies Having Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Market Survey/sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail To Poc Listed In The Sam.gov Announcement With The Following Information/documentation: Ou Saephanh @ Ou.t.saephanh@uscg.gov And Kiya Plummer-dantzler @ Kiya.r.plummer-dantzler@uscg.mil No Later Than 8:00 Am Pacific Time 04 April 2025, Withallof The Following Information/documentation: 1. Name Of Company, Address And Duns Number. 2. Point Of Contact And Phone Number. 3. Business Size Applicable To The Naics Code: 8(a) Small Business Concern; B. Hubzone Small Business Concern; C. Service-disabled Veteran Owned Small Business Concern (sdvosbc); D. Veteran Owned Small Business Concern (vosbc); E. Ed Woman Owned Small Business Concern (edwosb); F. Woman Owned Small Business Concern (wosbc); G. Small Business Concern; H. Large Business Concern 4. Documentation Verifying Small Business Certification: Please Provide The Following Documentation As It Applies To Your Company. a. If Claiming8(a) Status, Provide A Copy Of Your 8(a) Certificate From Sba. b. If Claiminghubzone Status, Provide A Copy Of Your Hubzone Certificate From Sba. c. If Claimingsdvosb Status, Provide Documentation That Shows The Service Disable Veteran (sdv) Unconditionally Owns 51 % Of The Business, Controls The Management And Daily Operations, And Holds The Highest Officer Position In The Company. Documentation Should Also Be Provided To Show That The Sdv Has A Service-connected Disability That Has Been Determined By The Department Of Defense Or Department Of Veteran Affairs. Finally, Provide Documentation That Shows The Business Is Small Under The Naics Code 336611. d. If Claimingvosbstatus, Provide Documentation That Shows The Veteran Unconditionally Owns 51% Of The Business, Controls The Management And Daily Operation, Make Long-term Decisions For The Business, And Holds The Highest Officer Position In The Company That Works At The Business Fulltime During Normal Working Hours. The Documentation Should Also Show The Business Is Small Under The Naics Code 336611. e. If Claimingedwosbstatus, Provide Documentation That Shows The Company Is At Least 51% Owned By One Or More Women Who Are "economically Disadvantaged", And Primarily Managed By An Economically Disadvantaged Woman That Make Long-term Decisions For The Business, Hold The Highest Officer Position In The Business And Work At The Business Full-time During Normal Working Hours. The Documentation Should Also Show The Business Is Small Under The Naics Code 336611. A Woman Is Presumed Economically Disadvantaged If She Has A Personal Net Worth Of Less Than $750,000 (with Some Exclusions), Her Adjusted Gross Yearly Income Averaged Over The Three Years Preceding The Certification Less Than $350,000, And The Fair Market Value Of All Her Assets Is Less Than $6 Million. f. If Claimingwoman Owned Small Business (wosb)status, Provide Documentation That Shows The Company Is At Least 51% Owned And Controlled By One Or More Women, And Primarily Managed By One Or More Women That Make Long-term Decisions For The Business And Hold The Highest Officer Position In The Business And Work At The Business Full Time During Normal Working Hours. The Women Must Be U.s. Citizens. The Documentation Should Also Show The Business Is Small Under The Naics Code 336611. g. If Claimingsmall Business Status, Provide Documentation To Show The Business Is Small Under Naics Code 336611. 5. Statement Of Proposal Submission: Statement That Your Company Will Submit A Proposal As A Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. 6. Past Performance Information: Evidence Of Experience In Work Similar In Type And Scope To Include Contract Numbers, Project Titles, And Dollar Amounts, Points Of Contact And Telephone Numbers. If Two Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement, They Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together As A Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projects Where The Two Did Not Work Together May Be Considered Less Relevant. sam: Interested Parties Should Register At The System For Award Management (sam) Website As Prescribed In Far Clause 52.204-7 System For Award Management (november 2024). Sam Can Be Obtained By Accessing The Internet At Https://www.sam.gov/sam/ Or By Calling 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition.
Closing Date4 Apr 2025
Tender AmountRefer Documents 

Bangladesh Power Development Board Tender

Goods
Machinery and Tools
Bangladesh
Description: Sp- 45. Supplying Of Carbon Brush, Air Hose Pipe, Serober Support, Timer With Different Materials For Crane
Closing Date20 Mar 2025
Tender AmountRefer Documents 

South Eastern Railway - SER Tender

Goods
Machinery and Tools
Ireps
India
Description: Eot Crane 05 Ton Capacity
Closing Date3 Apr 2025
Tender AmountINR 3.7 Million (USD 42.3 K)
This is an estimated amount, exact amount may vary.

Rashtriya Ispat Nigam Limited - RINL Tender

Goods
Machinery and Tools
GEM
India
Description: CATEGORY: ANTI COLLISION DEVICE FOR CRANE LONG TRAVEL APPLICATION
Closing Date25 Mar 2025
Tender AmountRefer Documents 

Northern Railway - NR Tender

Auction
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap & Condemned Electric Air Compressor Make-sab-wabco, Cap.-1745 Lts/min.,(qty= 02 Nos) , With Or W/o Attachment Sorts & Sizes , Complete Or Incomplete , Us & Ur, As It Is. Loc:- Lying At Backside Of Old Brass Godown Near Line No.-02 Judw. Remarks:-[1] Loading By Purchaser [2] Private Road Crane Allowed For Loading Purpose.
Closing Date27 Mar 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Manpower Supply
GEM
India
Description: CATEGORY: Hiring of Earth Moving Equipments, Material Handling Equipments and Cranes (per Hour basis) - Earth Moving Equipment; JCB; up-to 10 years , Hiring of Earth Moving Equipments, Material Handling Equipments and Cranes (per Hour basis) - Material Handling Equipment; Tractor; up-to 10 years , Hiring of Earth Moving Equipments, Material Handling Equipments and Cranes (per Hour basis) - Crane; Hydraulic Crane; up-to 10 years
Closing Date24 Mar 2025
Tender AmountINR 2.6 Million (USD 30.1 K)

Department Of Military Affairs Tender

Goods
Machinery and Tools
GEM
India
Description: CATEGORY: Mobile Hydra Crane 20 Ton , Mobile Magswitch 2 Tonnes , Mobile Magswitch 1 Tonne , Mobile Magswitch 1 Tonnes , Mobile Magswitch 1 Ton
Closing Date26 Mar 2025
Tender AmountRefer Documents 
111-120 of 974 active Tenders