Crane Tenders
Crane Tenders
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: N0016425snb44 - Special Notice/request For Information – Robust Artificial Intelligence Test Event (raite) 2025 – Fsc/psc Ac33 – Naics 541715 issue Date: 5 Mar 2025 Closing Date: 4 Apr 2025 12:00pm Et this Is A Request For Submissions Only. This Request Is For Planning Purposes And Does Not Constitute An Invitation For Bids, A Request For Proposals, A Solicitation, A Request For Quotes, Or An Indication The Government Will Contract For The Items Contained In This Notice. The Government Will Not Reimburse Respondents For Any Costs Associated With Submission Of The Information Being Requested Or Reimburse Expenses Incurred To Interested Parties For Responses Or Participation. this Special Notice Is Being Issued By Naval Surface Warfare Center, Crane Division (nswc Crane), In Support Of The Chief Digital And Artificial Intelligence Office (cdao) And Other Entities Within The Department Of Defense (dod). This Special Notice Is Intended To Be A Request For Information/submissions With Relevant Details Outlined Below For Participation Consideration In Raite 25. Raite Is Structured As A Red/blue Team Test Event Focusing On Artificial Intelligence (ai) And Autonomy Technologies On A Cyber-physical Range. The Mission Of Raite Is To Provide Academia, Industry, And Government A Unique Environment To Holistically Test Ai Capabilities. The Collaborative, Real-time, Representative Test Pushes Ai Capabilities In Terms Of Attacks And Defenses To Address Critical Technology Gaps. given The Extraordinary Reliance Of The Dod On Commercial Vendors (small And Large) And Private Sector Solution Providers, Nswc Crane Will Require A Combined Effort Of Industry, Academia, And Government Experts To Bring Innovative Initiatives Into The Experimentation Event To Achieve Definable Specific Outcomes. the Government Is Not Responsible And Will Not Reimburse Any Costs Associated To This Announcement. The Government Will Not Reimburse Costs For Responses To This Announcement Nor Participation In The Raite Event. background For 2025 raite Started In 2023 And Has Evolved Each Year. The 2025 Event Is Continuing To Support Scenarios In The Areas Of Multimodal Data (computer Vision, Radar, E.g.), Cyber-enabled Ai Networks (such As Critical Infrastructure), Uxv Collaboration And Environment Interaction. In Addition, Raite 2025 Will Add Llm (large Language Model) Test & Evaluation As A Dedicated Scenario. classification raite 2025 Will Be Held At The Unclassified Level. All Submissions Shall Be Unclassified. data Publication: Universities Under Contract With The Department Of Defense Must Follow Contractual Obligations When Publishing Results. U.s. Government Entities And Contractors Should Refer To Relevant Security Classification Guides (scgs) Or Reach Out To Naval Surface Warfare Center, Crane Division If Questions Arise. submission Guidelines: if Your Organization Is Interested In Participating In Raite 2025, Please Send The Following Details To Raite Teams At Raite@us.navy.mil . organization Details: organization Name submitters Name, Phone Number, And Email city, State Of Organization Or Where Submitter Is Based if Any Team Member Is Not A Us Citizen scenario And Team Of Interest (e.g., Scenario 2 Blue Team): there Is No Maximum Number Of Scenarios Or Teams An Organization Can Support. for Each Capability Interested In Bringing To Raite: name Or Identifier Of The System short Description (3-5 Sentences) technical Readiness Level whether The Capability Does Or Can Run Real-time (a General Estimate, No Post-processing During Event For Red And Blue Teams) verify Technology Is Unclassified Or Can Be Run In An Unclassified Environment submissions May Be Either A Word Document Or A Powerpoint (not Both): word Documents Or Pdfs not To Exceed 5 Pages organization Details Listed On First Page powerpoints not To Exceed 5 Slides organization Details Listed On First Slide files Should Not Exceed 10mb execution schedule tentative Planning Schedule request For Information (rfis) march 2025 initial Planning Conference (ipc) march-april 2025 (virtual) team Meetings And Planning april - Oct 2025 mid-planning Conference (mpc) august 2025 range Walk august 2025 white-box Teams Deliver Tech tbd raite 2025 tbd; Tentatively Late Oct 2025, (new Mexico/virtual), 5 Testing Days, A Total Of 9 Days Including Setup/tear Down path Forward From Rfi Submission: within 45 Days Of The Rfi Closing Date, Submitters Will Be Notified If They Have Advanced To The Next Stages Of Raite 25, If More Information Is Needed From Them Before Acceptance, Or If They Have Not Been Accepted To Participate In Raite 25 This Year. approved Respondents Will Receive Details On Next Steps And Event Participation. submitters Who Need To Provide More Information, Will Be Contacted To Provide Specific Information Needs. Then Submitters, If Accepted, Will Receive Details On Next Steps And Event Participation. scenarios scenario 1: Attack Aware Sensor Suite blue Teams: A Computer Vision And Radar System Will Run A Multimodal Tracking Algorithm. red Teams: Affect Respective Blue Team Through Cyber And/or Physical Means. All Attacks Must Be Reversable. Expect Black To Gray Box Access To Blue Teams. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams. goals: the [primary Task] Of The Scenario Is Combining A Stationary Computer Vision And Radar System To Effectively Find/track Uav(s) And/or Ugv(s), While Moving Around An Outdoor Space That Has Partially Obstructed Views. [secondary Task]: For Blue Teams, Know Specifically When You Have Been Attacked, Which Sensor, And Alert A Human For Intervention. scenario 2: Multi-agent Autonomous Search blue Teams: One Or More Unmanned Aerial Vehicles (uav(s)) And Unmanned Ground Vehicles (ugv(s)), Employ A Sensor Suite Capable Of Searching For A Physical Target And Navigating The Autonomous System Near The Item. If Two Or More Autonomous Systems Are Used, The Search Task Should Be Collaborative Between Systems. red Teams: Affect Respective Blue Team Through Cyber And/or Physical Means. All Attacks Must Be Reversable. Expect Black Box Access To Blue Teams. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams. goals: [primary] A Uav(s) And Ugv(s) Must Collaboratively Search A Space, Find A Physical Target, And Move With A Certain Distance Of The Specified Item. [secondary] Ugvs Interact/ “disarm” The Object Found In The Primary Task. Uavs “save” The Object By Moving It A Certain Distance From The Original Point. scenario 3: Data Poisoning default Scenario Is White Box, But Black/gray Box Is An Option, Depending On Rfi Submissions. blue Teams: Provide A White Box Computer Vision Or Llm Model To Common Folder Provided By The Us Navy. Red Teams Will Access The Files For Manipulations. Red Teams Will Attack The Model Through Any Data Poisoning Technique And Upload The Attacked Model To The Shared Folder. Blue Teams Will Them Download The Attacked Model To Run During Raite. red Teams: Attack Blue Team Models In Any Way Consistent With Data Poisoning, Data Manipulation, Or Similar. Attacks Can Be Overt Or Covert. Attacks Can Permanently Affect The Model. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams goal: [primary] Attack A Computer Vision Or Llm Model To Poison/alter/etc. Algorithm Effectiveness. Benign And Poisoned Datasets Are Evaluated During Raite By The Blue Teams. scenario 4: Llm Attacks llm T&e Is A New Scenario For 2025. We Encourage Broad Submissions For This Topic. A Potential Red/blue Team Outline Is Below But May Change Based On Community Interest. blue Teams: Run A Local Llm Where The Operator Has A Set Of Prescribed Prompts Or Actions. The Llm Can Be Purely Language-based Or Multi-modal. red Teams: Affect Respective Blue Team Through Cyber Means. All Attacks Must Be Reversable (for Hardware, Not Software). Decrease Llm Capability Or Llm Operator Confidence In Algorithm. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams. scenario 5: Real-time Attacks On Computer Vision (cv) blue Teams: Run A Real-time Cv Algorithm On A Provided Security Camera System To Detect And Track Humans Moving Throughout A Building. red Teams: Affect Respective Blue Team Through Cyber And/or Physical Means. All Attacks Must Be Reversable. Expect A Gradient Of White Box To Black Box Access To Blue Teams. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams. goal: [primary] This Scenario Combines Open Source And Custom Blue Team Cv Models Where Red Teams Use Physical And Digital Attacks To Disrupt The Blue Team’s Ability To Perform Correctly. scenario 6: The Big Picture the Intent Of This Scenario Is To Demonstrate A Series Of Physical/digital Attacks On Multiple Ai And Non-ai Targets. The Likely Implementation, As Used During 2024, Will Be Attacking A Critical Infrastructure Target. The Critical Infrastructure Consists Of Various Supervisory Control And Data Acquisitions (scadas), Monitored By Ai-enabled Security Cameras, And A Monitored Cyber System. blue Teams: Defends Critical Infrastructure Through Any Single System Or Across All Systems (cyber, Cameras, Scadas). red Teams: Affect Respective Blue Team Through Cyber And/or Physical Means. All Attacks Must Be Reversable. Prioritize Covert Attacks But Not A Necessity. purple Teams: Collect Or Analyze Data From Red/blue Teams. Passive Teams. the Primary Task Of The Scenario Is To Cripple The Range’s Critical Infrastructure By Avoiding Detection In The Security Cameras And Lan (e.g. Red Team Can “see” The Scada But No Attack Has Taken Place – A.k.a. Sleeper Cell). The Secondary Task Is To Deliver An Attack On The Scadas That Disrupts The Scada Hardware In A Covert Manner. all Inquiries (technical And Administrative) Or Clarifications Of Any Kind Must Be Submitted Via Email To The Pocs Listed Below With The Appropriate Classification Markings. all Contracting Related Responses Should Be Unclassified And For General Access By The Government, Other Evaluators, And Other Respondents. All Material Provided (responses, Discussions, Questions/answers, And Other Data) That Is Not Related To Competition Sensitive Or Marked Contractor Proprietary Material May Be Provided To Other Respondents. Any Material Provided May Be Used In Development Of Future Requirement Documents. any Proprietary Information Submitted Must Be Clearly And Separately Identified And Marked And Will Be Appropriately Protected. The Government Will Not Be Responsible For Any Proprietary Information Not Clearly Marked. Responders May Include Information That Is Not Within The Scope Of This Request For Submissions, But Must Be Relevant To The Overall Goals. in Addition, If Responses Include Technical Requirements That Have Been Identified As Cui In Accordance With Nist Sp 800-171, The Documents Shall Be Identified With The Appropriate Category Markings. See Https://www.archives.gov/cui/registry/category-marking-list For Guidance. this Special Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Program Or Contractual Solicitation. Nswc Crane Is Under No Obligation To Acknowledge Receipt Of Submissions Or Of The Information Received, Or To Provide Feedback To Respondents With Respect To Any Information Submitted Under This Request For Submissions. in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Request For Submissions. The Government Intends To Use The Information Received In Response To This Request For Submissions For Planning Purposes. The Government Will Not Award A Contract Directly On The Basis Of This Request For Submissions Or To Otherwise Pay For The Information Solicited. participants Reviewing Submissions To This Request For Submissions May Include: The Us Government; Federally Funded R&d Centers; Systems Engineering And Integration (se&i) Government Support Contractors; All Are Bound By Appropriate Non-disclosure Requirement And Bound By All Proprietary Laws. Regarding This Request For Submissions, No Contact Is Allowed With These Organizations. respondents Must Submit Program/idea/concept White Paper(s) And Associated Briefing(s) For Review And Consideration To Nswc Crane No Later Than 12:00pm Et 4 April 2025. no Additional Forms Or Other Materials Are Needed. any Changes Or Updates To This Announcement Can Be Found At The Government Point Of Entry Sam.gov. Individual Notifications Will Not Be Sent To Respondents. It Is The Respondents’ Responsibility To Monitor And Respond Accordingly To Government Announcements.
Energie Und Wasser Potsdam GmbH Tender
Civil And Construction...+1Others
Germany
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: The old workshop at the southern heating plant, built in the 1970s, is the last remaining building on the old power plant site. In 2024, the building was gutted in order to carry out a comprehensive energy renovation of the building shell and the building technology. In the course of the renovation, various areas of use will be created: a rented area on the ground floor, a district heating water treatment plant and a workshop in the large crane hall. An office and administration area will be set up on the upper floor. The heating technology will be implemented in bivalent operation with district heating. The hot water supply is decentralized and the heat pump works with a bivalence point of -4 °c. During summer operation, the heat pump is used exclusively for cooling the building. For this purpose, a line with 7°c/13°c is provided for the ventilation system, while on the upper floor air conditioning units with 18°c/23°c above the dew point are used for cooling. The main technical measures include: Installation of TLT devices Integration of outlets for water treatment Electrical installations in the office area on the ground floor Air conditioning systems for the workshop, office areas (ground floor and first floor), kitchen, meeting rooms, toilets and server room Laying of ducts and pipes as well as the installation of fire dampers
Department Of Public Works And Highways - DPWH Tender
Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
Philippines
Closing Soon14 Mar 2025
Tender AmountPHP 902.8 K (USD 15.7 K)
Description: Rfq No. 2025-02-002; P.r. No. 2024-02-004 Dated 02/13/2025: Procurement Of Various Vehicle Parts And Accessories, For Use In The Corrective Maintenance Of Sany Rough Terrain Crane With Dpwh No. F5-373 , Vehicle Parts And Accessories ,department Of Public Works And Highways - Region Xi
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Soon10 Mar 2025
Tender AmountRefer Documents
Description: Marine Corps Logistics Command (margorlogom) Contracts Department In Albany, Ga Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Schroeder Industries’ Hydraulic Test Bench. (htb-150-b- Acdeghkl). The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334514- Totalizing Fluid Meter And Counting Device Manufacturing. hydraulic Test Bench. (htb-150-b- Acdeghkl) powered By (1) 100 Hp And (i) 50 Hp, 460v I 60hz I 3 Phase Electric Motors. designed To Test Hydraulic Motors, Pumps, Valves And Cylinders this Motor Will Require Electric Motor Starter With A 115 Vac Control Circuit main Bench Pump Is Capable Of 38 Gpm At 5000 Psi, Auxiliary Main Pump Capable Of 23 Gpm At 5000 Psi; Supplemental Pump Capable Up To 30 Gpm At 5000 Psi 1” And 2” Suction Qd Ports 100-gallon Hydraulic Reservoir bench Equipped With Full Flow 3-micron Filtration, 30” X 30” Work Pan, Oil Level Sight Gauge, Fill Cap With Mesh Strainer, Digital Tachometer, Test Pump Mounting Bracket, Driveline, Insert Chuck, Straight Shaft Insert Group And Universal Mounting Plate. the Following Accessories Will Be Installed On This Bench: oil Cooler Group- Water Cooled Heat Exchanger jib Crane Group supplemental Filtration( Standard On All Htb Units) clamshell Sliding Safety Enclosure bi-directional Closed Loop Pump Test Circuit hmg4000 Digital Sensor Recorder And Display digital Gauges cs100 Confirmation Monitoring schroeder Hose Kit a-tb-2172, Kit, Adapter, Splined Bore there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotes; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web-site Address, Telephone Number, And Size And Type Of Ownership For The Organization 2) Tailored Capability Statements Addressing The Particulars Of This Effort With Appropriate Supporting Documentation. [note: In Accordance With Far 10.001(b), Agencies Should Not Request Potential Sources To Submit More Than The Minimum Information Necessary.] based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Soon10 Mar 2025
Tender AmountRefer Documents
Description: The Department Of Veteran Affairs, Networking Contracting Office (nco1) Located In Brockton, Ma Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Trane U.s. Inc. For The Following Requirement:
statement Of Work (sow)
background:
this Work Covers All Labor, Transport, And Materials To Complete A Chiller Replacement For Building 2 Located At Brockton Vamc.
period Of Performance: 940 Belmont Street, Brockton, Ma
statement Of Work:
provide A Replacement Of A Trane Acs Air-cooled Chiller. scope Of Work:
turnkey Installation Of Hvac Equipment
replacement Of Building 2 Rtac Chiller To Upgrade Infrastructure And Address The Failing Load Capacity.
coordination Between The Contractor And Va To Recover The Refrigerant Correctly And Prepare The Chiller For Removal From The Site.
remove And Install New Trane Acs Air-cooled Chiller.
start The New System Up Appropriately On Schedule.
trane Factory Startup Included.
mechanical Installation
disconnect And Reconnect Piping Connections.
remove And Replace Isolation Valves.
safe Handling Of Refrigerant Per Epa Regulations.
any Damaged Or Removed Insulation With Be Replaced With New.
electrical Installation
powering Off All Equipment From Existing Electrical Panels.
disconnect All Power And Control Wiring To The Existing Chiller
reconnect All Power And Control Wiring To The New Chiller proposal Notes/ Clarifications
scope Of Work Has Been Configured To Be Executed During Normal-business Hours.
equipment Order Release And Services Rendered Are Dependent On Receipt Of Po/subcontract
the Contractor Will Not Perform Any Work If Working Conditions Could Endanger Or Put At Risk The Safety Of Our Employees Or Subcontractors
the Customer Shall Perform Asbestos Or Hazardous Material Abatement Removal
excludes Roof Repairs.
access For Crane And Parking For The Turnkey Team To Be Provided By The Va. trane U.s. Inc. Will Be Awarded This Procurement Because The Chiller Is Manufactured By Trane And Only Trane Authorized Technicians Are Allowed To Work On The Equipment In Order To Maintain Oem Warranty. Building Management Controls Have Already Been Configured To Accept A Trane Manufactured Unit, Replacement Of Unit By Manufacturer (trane) Is Recommended Method In Order To Avoid Additional Costs For Reconfiguration Of Controllers To Existing Bms System. Other Contractors Are Unable To Perform This Work Due To Not Having Access To Trane Software And Replacement Supplies/oem Parts. Due To The Proprietary Nature Of The Work Requiring A Manufacturer And Installer Having Qualified Experience For Having Access To Trane Parts And Codes/software, These Proprietary Issues Would Not Allow For Full And Open Competition. the Naics Code For This Requirement Is 811310 With Small Business Size Standard Of $12.5 Million.
this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, Interested Parties That Believe They Can Satisfy The Requirement Listed Above Must Clearly Identify Their Capability To Do So In Writing By March 10, 2025 At 9 Am Est Time. Responses Should Be Sent To Issa Shawki At Issa.shawki@va.gov. Information Submitted In Response To This Notice Will Be Used Solely To Determine Whether Competitive Procedures Could Be Used For This Acquisition. A Determination By The Government Not To Open The Requirement To Competition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government.
DEPT OF THE ARMY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date8 Apr 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only The Solicitation; Quotes Are Being Requested, And A Formal Solicitation Will Not Be Issued. this Is A Request For Quote (rfq) Using Far Part 12, Acquisition Of Commercial Items; The Solicitation Number Is W519tc25qpowd For Black Powder Class 3 And Class 6 Iaw Mil-dtl-223d. the Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-003. As A Result Of The Updated Federal Acquisition Circular, A New Clause, 52.204-27 Prohibition On A Byte Dance Covered Application (jun 2023), Has Been Incorporated Into This Solicitation And Falls Under 52.212-5. the Naics Code For This Procurement Is 325920 Explosives Manufacturing. The Small Business Size Standard For This Naics Is 750. The Product Service Code Is 1376 Bulk Explosives. offerors Must Be Registered Within The System For Award Management (sam) Database At Time Of Response To This Solicitation. The Website For Sam Is Https://www.sam.gov/. addendum To 52.212-1, Instructions To Offerors – Commercial description: please See Attachment 0002 – Pricing Matrix For Clin Structure. **see Attachment 0001 – Purchase Description , 26feb2025, Attachment 0005- Rfq Questionnaire – 26feb2025, And Attachment 0008 – Mil-dtl-223d, 24feb2025. type Of Acquisition And Contract award Will Be Made Using Best Value, Resulting In A Single Award Firm Fixed Price Contract. place Of Performance performance Will Be Fob Destination At The Following: 300 Highway 361 crane In 47522 b3608 proposal Submission Requirements offerors Shall Submit The Following In Response To This Solicitation: price – Offerors Must Submit Completed Price Matrix At Attachment 0002. All Sections Shall Be Completed. Prices Shall Be Stated To 2 Decimal Places. completed Provision At Attachment 0003 – Far 52.204-24, Paragraph (d)(1) And (d)(2). completed Provision At Attachment 0004 – Far 52.212-3 Alt 1, Paragraph (b) Only. completed Responses To The Questions Provided In The Rfq Questionnaire In Attachment 0005. part One: Evaluation Factor 1 – Technical quoters Shall Submit Responses To The Responses To The Rfq Questionnaire Provided At Attachment 0005 That Correspond To This Solicitation. do Not Include Specific (individuals’) Names Of Government And/or Contractor Personnel. do Not Include Price/rates. part Two: Evaluation Factor 2 – Price quoters Shall Adhere To The Instructions On The Government Provided Price Matrix (attachment 0002) And Fully Complete All Required Fields. basis For Award the Government Will Award One (1) Award To The Offeror Whose Offer Provides The Best Value To The Government Using A Lowest Price Technically Acceptable (lpta) Approach. 1. This Order Will Be Awarded Based On Technical Acceptability And Price. 2. The Basis For Technical Acceptance Is Whether All The Requested Items Are Provided In The Quote Presented By The Offeror. The Items Presented Should Match The Technical Specifications And Not To Exceed Quantity. 3. Following, The Determination Of Technical Acceptance, The Lowest Price Of The Technically Acceptable Quotes Will Receive The Award. 4. In Accordance With Far 52.212-1(g), Quotations Are Intended To Be Evaluated And The Award Made, Without Discussions, Unless Discussions Are Determined Necessary. 5. Total Price Is Calculated As The Sum Of All Clins Added Together. 6. The Government Reserves The Right To Award Based On The Contractor’s Location. evaluation Criteria the Government Will Evaluate Quotations As Follows: factor 1: Technical: the Government Will Evaluate Factor 1, Technical, Using The Following Criteria: demonstration Of A Clear Understanding Of The Requirements And Deliverables, And On The Offeror’s Expressed Ability To Successfully Perform. The Offerors Will Be Evaluated Based On Responses To Three Criteria: Technical Expertise/ Experience, Project Team, And Technical Approach. if The Quotation Sufficiently Addresses The Rfq Questionnaire And Demonstrates A Clear Understanding And Ability To Perform The Requirement, Then The Government Will Accept Without Further Explanation That The Contractor Can Perform All Pd Requirements. The Quoter May Discuss Non-critical Requirements. However, If The Quoter Provides Statements Which Cause The Government To Question The Quoter’s Ability To Perform Those Non-critical Requirements, Such Statements Will Be Evaluated Accordingly. technical Will Be Rated Using The Following Standards In Table 1: technical Ratings description outstanding this Rating Is Only Available To Those That Have Attended The Site Visit In Addition To The Following: Quotation Indicates An Exceptional Approach And Understanding Of The Requirements And Contains Multiple Strengths. Established Team Has An Extensive Background In Explosive Contaminated Facility Remediation To Include Utilizing Remote Operated Waterjet Segmentation. Quotation Includes Detailed Previous Project Experience In The Major Contract Requirements. Quote Includes A Well Thought-out Proposed Technical Approach To Each Of The Project’s Phases. good quotation Meets Requirements And Indicates A Thorough Level Of Expertise And An Understanding Of The Requirements. Established Team Has Background In Explosive Contaminated Facility Remediation And Previous Experience In The Major Contract Requirements Including Remote Operated Waterjet Segmentation. Quote Includes A Solid Technical Approach. Strengths Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable quotation Meets Requirements And Indicates An Adequate Level Of Expertise And An Understanding Of The Requirements. Established Team Has An Extensive Background In Hazardous Facility Remediation And The Major Contract Requirements Including Explosives Familiarity, Although Little To No Experience In Remote Operated Explosive Contaminated Facility Remediation Specifically. Proposed Technical Approach Is Adequately Addressed, But Not Specific. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Task Order Performance. Risk Of Unsuccessful Performance Is Moderate. marginal quotation Does Not Demonstrate An Adequate Approach And Understanding Of The Requirements. Established Team Has Very Limited Background In Explosive Facility Contamination Remediation And The Major Contract Requirements. Proposed Technical Approach Is Flawed Or Is Too Vague For Government To Determine Acceptability. Risk Of Unsuccessful Performance Is High. unacceptable quotation Does Not Meet Requirements And Contains One Or More Deficiencies. Appropriate Team Has Not Been Established, Or Established Team Does Not Have Sufficient Experience To Complete The Project Tasks Without Significant Government Oversight. Risk Of Unsuccessful Performance Is High. If This Criterion Is Rated As Unacceptable, Additional Factors Will Not Be Evaluated And The Quotation Is Not Eligible For Award. definitions strength strength Is Defined As A Particular Aspect Of The Quoter’s Submission That Has Merit Or Exceeds Specified Performance Capability Requirements In A Way That Will Be Advantageous To The Government During Task Order Performance. weakness weakness Is Defined As Any Flaw In The Quotation That Increases The Risk Of Unsuccessful Task Order Performance. Deficiency Is Defined As Any Material Failure Of A Quotation To Meet A Government Requirement Or A Combination Of Weaknesses In A Quotation That Increases The Risk Of Unsuccessful Task Order Performance To An Unacceptable Level. factor 2: price the Government Will Evaluate Factor 2 – Price, For The Following: compliance: Quotations Will Be Evaluated For Compliance Based Upon The Submission Requirements Contained In The Solicitation. price Reasonableness: The Quoter’s Price Quotation Will Be Evaluated To Determine Reasonableness. In Accordance With Far 31.201-3, A Price Is Reasonable If, In Its Nature And Amount, Does Not Exceed That Which Would Be Incurred By A Prudent Person In Conduct Of Competitive Business. total Price Is Calculated As The Sum Of All Clins Added Together listing Of Attachments attachment 0001 - Pd 26feb2025 attachment 0002 - Pricing Matrix attachment 0003 - Far 52.204-24 Provision attachment 0004 - Far 52.212-3 Alt 1 Provision attachment 0005 - Rfq Questionnaire attachment 0006 - Provisions And Clauses attachment 0007 – Certified Test Result For Procurement attachment 0008 – Mil-dtl-223d Black Powder deadline For Submission offers Are Due On 08 April 2025 No Later Than 12:30 Pm Central Time. offers Shall Be Submitted In The Following Way: electronically Via Email To The Contract Specialist, Dustin Sexton, Dustin.p.sexton.civ@army.mil And Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors Shall Include “w519tc25qpowd Response – [insertofferor’s Name]” Within The Subject Line. questions questions Shall Be Submitted In The Same Manner As Offers, Electronically Via Email To The Contract Specialist And Contracting Officer Listed Above. **note: Interested Offerors Must Submit Any Questions Concerning This Solicitation No Later Than 20 March 2025, To Enable The Buyer To Respond. Questions Not Received Prior To 20 March 2025 Will Not Be Considered. If Needed, A Final Amendment Will Be Submitted By 27 March 2025. end Of Addendum 52.212-1
KREKA COAL MINE DOO TUZLA Tender
Machinery and Tools
Bosnia and Herzegovina
Closing Date27 Mar 2025
Tender AmountBAM 7.3 K (USD 4 K)
Description: Delivery and Installation of Spare Parts for Hyva Crane Hb120 E2 Hydraulic Crane
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Soon12 Mar 2025
Tender AmountRefer Documents
Details: N00164-25-q-0554 – Evaluation And Repair Of Klystron Tubes – Psc J066 – Naics 811210 issue Date 05 Mar 2025 – Closing Date 12 Mar 2025 – 4:00 Pm Eastern Time naval Surface Warfare Center (nswc Crane) Has A Requirement For: clin 0001-0005: Qty- 5 - Klystron Va-889f Microwave Tube (mwt) Evaluations clin 0006: Repairs sole Source Procurement- The Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, Limited Sources Or Brand Name Only Microwave Power Products, Inc. 811 Hansen Way Palo Alto, Ca 94304, Under The Authority Of Far 13.106-1. This Is Being Solicited On A Sole Source/brand Name Only Basis Because Items Peculiar To One Manufacter. All Responsible Sources May Submit A Capability Statement, Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Solicitation 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. 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. this Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13 As A Written. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N00164-25-q-0554 Is Hereby Issued As An Attachment Hereto. 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 Trista.m.ray.civ@us.navy.mil.all Required Information Must Be Received On Or Before 12 Mar 2025 4:00pm Eastern Time.
121-130 of 987 active Tenders