Crane Tenders
Crane Tenders
Northern Railway - NR Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap And Condemned Diesel Hydraulic Road Mobile Crane, Cap.-12 Mt, Model No. Hydra-12, Chassis No. 1934079718, Engine No.s433076649 Of Make Escort Construction Equipment Ltd. With Six Tyres, Tool Box And Without Battery With Or Without Non-ferrous And Other Attachment (as It Is Where It Is Basis) Unserviceable & Unrepairable. Loc-lying In Front Of C-5 & Tree No - 03 In Old Btc Scrap Yard Asr. Remarks :- (1) Loading By Purchaser. (2) Private Road Crane Allowed For Loading Purpose. (3) Cutting Allowed For Loading Purpose If Required By Purchaser.
Closing Date27 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Request For Information (rfi)
naval Facilities Engineering Systems Command(navfac) Engineering And Expeditionary Warfare Center(exwc)
equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain
this Rfi Is Issued Solely For The Purposes Of Obtaining Information Not Readily Available To The Government For Planning Purposes, In Accordance With Far 15.201(e). It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp For Any Particular Supplies Or Services In The Future. Furthermore, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense.
all Interested Parties (small, Medium, And Large Businesses Concerns) Are Invited To Submit A Response. In Addition To The Information Requested By The Government, Interested Parties Are Encouraged To Provide Any Other Information They Deem Relevant.
the Naval Facilities (navfac) Engineering And Expeditionary Warfare Center (exwc) Has A Potential Requirement For A Firm Fixed Priced, Indefinite Delivery Indefinite Quantity (idiq) To Establish An Equipment Services Support (ess) Maintenance And Repair Contract At Naval Station Rota, Spain (navsta Rota) With A 60-month Ordering Period. Exwc Is Conducting Market Research To Determine The Range Of Available Contractors And Assess Their Capabilities To Support The Navy’s Maintenance And Repair Support Contract On Navsta Rota. The Intent Of This Ess Contract Is To Have One Or More Contractors Provide Intermediate And Depot Level Maintenance And Repair Services On Naval Expeditionary Equipment Assets Located At Navsta Rota. This Support Would Include: Inspections, Maintenance, Refurbishment, Repairs, Upgrades, Modernization, And Modifications Provided To Support Of The Naval Construction Equipment And Support Vehicles That Have Deteriorated (to Various Degrees) Into A Defective, Damaged, Or Reduced Operational Condition.
the Government Plans To Award The Contracted Maintenance And Repair Contract Under One Of The Following Naics Codes: 811310: Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance
the Government Intends To Allow Award Of Fixed-price Task Orders Under This Idiq Contract.the Period Of Performance Or Delivery Dates For Task Orders Will Be Determined At The Individual Task Order Level.
location Of Work. If Implemented, It Is Anticipated At This Time That Some Portion Of The Work Would Be Performed At The Designated Repair Facility And/or At Other Locations On Navsta Rota. Although Subject To Change, The Following Provides An Overview Of The Current Location Strategy.
maintenance And Repair Services
annual Safety Inspections (avsi)
perform Pre-operational Checks
perform Services In Accordance With Manufacturers Recommended Specifications
troubleshoot Automotive And Equipment Mechanical Andelectrical Issues
cycling Of Equipment
spot Checks
load Testing Of Generators
replacement Of Tires
container Repair
vehicle And Equipment Restoration
diesel Engine Repair
transmission And Drive Train Repair
repair And/or The Individual Replacement Of Automotiveand Equipment Mechanical And Electrical Parts/devices
replacement Of Body Components.
ability To Source Original Equipment Manufacturer Parts; And If Required, After Market Equivalents, Rebuilt, Orused Suitable Substitutes
size Of Scope. If Implemented, The Contractor Would Be Responsible For Inspections, Maintenance, And Repair Of Naval Construction Equipment And Support Vehicles. Currently There Are Approximately 650 Individual Pieces Of Naval Construction Equipment And Support Vehicles Assigned To Naval Expeditionary Forces That Potentially Could Be Supported By The Maintenance And Repair Program.
equipment Range. The Following List Is Intended To Provide A Small Sample Of Naval Construction Equipment And Support Vehicles That May Be Included In The Maintenance And Repair Program; It Is Not Intended To Be An All-inclusive List. Naval Construction Equipment Is Composed Of A Mixture Of Civil Engineering Support Equipment (cese), Material Handling Equipment (mhe), Weight Handling Equipment (whe), A Variety Of Support Equipment. The Exact Make-up Of Equipment Make, Model, And Type Will Change Over Time Based On The Needs Of The Navy.
(1) Automotive Vehicles (e.g. Trucks, Truck Tractors, Buses, Etc.)
(2) Heavy And Light Construction Equipment (includes Motorized And Non-motorized Equipment)
(3) Material Handling Equipment (e.g. Forklifts, Tele-handlers, Container Handlers, Etc.)
(4) Weight Handling Equipment (i.e. Cranes)
(5) Specialized Construction Support Equipment (e.g.light Plants, Air Compressors, Portable Welders, Etc.)
(6) Power Support Equipment (i.e. Generators, Ecu(environmental Control Units), Portable Power Panels,etc.)
(7) Trailers (e.g. Towable, Fifth-wheel, Etc.)
(8) International Standard Organization (iso) Shippingcontainer
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
the Government Will Not Award A Contract On The Basis Of This Rfi And Will Not Reimburse Or Otherwise Pay For Any Information Received.this Rfi Is Issued For The Purpose Of Encouraging Communication And Exchanges Of Information Between The Government And Interested Parties. Responses To This Request Are Voluntary And The Government Will Not Pay Any Direct Or Indirect Costs For Any Information Or Materials Received In Response To This Rfi. Information Received In Response To This Rfi May Be Used To Structure Future Solicitations. All Responses Received May Be Held For An Extended Period Of Time Or Destroyed. In No Case Will Any Responses To This Rfi Be Returned To The Originator Or Information Submitted Shared With Any Other Respondents. Respondents Will Not Be Notified Of The Results Of The Market Research, Nor Will The Government Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi.proprietary Data Shall Not Be Submitted.
an Award Will Not Be Made Based On Any Information Or Offers Received In Response To This Notice. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website. It Is The Responsibility Of The Potential Offerors To Monitor Those Sites For Additional Information Pertaining To This Requirement.
please Provide Comments Or Questions Regarding The Proposed Strategic Service Contract Described In This Rfi.
one Electronically Submitted Response Shall Be Received No Later Than 5:00pm Eastern Time On 08 November 2024 And Reference: Equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain.
submissions Should Be Limited To Ten Megabytes Or Less; And In A Format Compatible With Microsoft Office Or Adobe Pdf, And Includeattachment 1: Corporate Background Information Questionnaire
interested Businesses Shall Submit Responses By Email To Desiree E. Garcia At Desiree.e,garcia9.civ@us.navy.mil And Jake O. Blas, Jake.o.blas.civ@us.navy.mil. Please Submit All Written Questions By Email To Desiree E. Garcia And Jake O. Blas. No Phone Or Email Solicitations With Regards To The Status Of Any Subsequent Rfp Will Be Accepted Prior To Its Release.
Closing Date8 Nov 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: 556-23-101 Renovate B134-2c Clc
july 22, 2024
construction Statement Of Work
date: July 22, 2024
project Number: 556-23-101
project Name: Renovate B134-2c Clc
location: B134 C-wing 2nd Floor Clc
captain James A. Lovell Fhcc 3001 Green Bay Rd,
north Chicago, Il 60064
part 1: Project Scope Of Work Overview:
contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor.
part 2: Period Of Performance:
the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work.
notes:
durations Shown Are In Calendar Days.
actual Award And Ntp Dates Will Be Revised To Match Their Occurrence.
time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp.
see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc).
part 3: Detailed Project Requirements:
project Objectives:
this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical.
meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications.
expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service.
list Of Ae Documents To Be Included In This Contract:
see: 00 01 10 Table Of Contents And The Entire Project Manual
see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings
pre-bid Conference:
va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s).
the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation.
prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time.
project Scheduling And Mobilization On Site:
the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance.
critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule.
approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager.
prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area.
the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The
longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities.
the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change.
performance Of The Work:
erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths.
containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor.
after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated.
the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space.
prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System.
in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation.
immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System.
perform Selective Demolition And Construction As Described In The Specifications And Drawings.
special Acceptance Criteria For The Work Shall Include:
hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found.
the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable.
restore All Finishes Damaged During The Work Match Existing.
thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes.
part 4: Meetings, Submittals, And Deliverables:
kick-off Meeting And Documentation
the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details.
kick-off Meeting Documentation:
prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project.
the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc.
it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule.
to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award.
develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status.
the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The
facility Work Area.
preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule.
not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable.
include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule.
do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit.
the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status.
as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To:
access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans.
submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work.
project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access.
(*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto.
submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan.
submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site.
assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation.
public Safety Compliance Requirements:
the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff.
contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information.
all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill.
quality Control Plan And Quality Assurance Plan:
01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity.
submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23.
submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects.
(dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work.
to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer.
construction Progress Meetings:
the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of
performance.
include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting.
construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule.
daily Reports:
the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area.
use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required.
the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day.
no Photography On Va Premises Is Allowed Without Written Permission Of The Cor.
in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture.
acceptance And Closeout:
acceptance Criteria For The Work:
schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor.
provide Factory Startup And Certification Of All Systems.
demonstrate The Operation Of The System.
newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications.
startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process.
closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of
all Project Documents And Files, Including But Not Limited To:
as-built Record Drawings Of The Installed Condition As Cad And Pdf Files.
approved Shop Drawings.
operations And Maintenance Manuals.
spare Parts Lists.
all Photographs.
all Daily Reports.
all Communications.
all Pay Applications.
all Communication, Change, And Cost Data.
all Safety Records.
a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package).
where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty.
where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years).
note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct.
lien Waivers And Other Documents Required By The Contracting Officer.
part 5: Applicable Performance Standards
all Work Shall Comply With
all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies.
codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp
01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc)
01 35 26 Safety Requirements
01 35 33 Infection Control Requirements
01 40 00 Quality Requirements
01 41 00 Regulatory Requirements
01 42 16 Definitions And Abbreviations
coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae).
va Intends To Retain The Services Of An Independent Cxa.
ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services.
the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts.
no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed.
the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege.
safety:
prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26
safety Requirements.
the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies:
all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace.
01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended.
because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents.
prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity.
all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space.
immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work.
exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call
for Abatement Activities. This Item Is Concerned With Unplanned Locations.
fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems.
infection Control:
01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required.
prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33
infection Control Requirements.
review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents.
provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier.
before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction.
walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided.
block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System.
1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening.
provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened.
when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening.
broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust.
provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area.
provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day.
do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed
plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building.
part 6: Site-specific Requirements
project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day.
comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy.
normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday.
normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va.
no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday.
no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours.
any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only.
crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
all Building Systems Shall Be Maintained In Full Operation At All Times:
request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care.
shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance.
deliveries, Parking, Elevators:
deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day.
no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park.
contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients.
the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight.
construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy.
no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors.
trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators.
no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work.
no Music Radios Within Work Areas.
no Noise Generated Within The Work Area Can Be Allowed To Leave It.
the Use Of Powder-actuated Fasteners Is Forbidden.
performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden.
two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System.
before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section.
va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor.
compatible System Procurements Shall Include The Following:
locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va.
exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924.
building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment.
27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments.
sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems:
fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex.
building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago.
proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman
patient Lift Systems And Components: Guldmann
Closing Soon6 Mar 2025
Tender AmountRefer Documents
Gujarat State Electricity Corporation Limited - GSECL Tender
Works
Machinery and Tools
Corrigendum : Closing Date Modified
India
Description: Rate Contract For Works Of Complete Servicing/ Overhauling/ Attending Fault / Repairing / Checking Of Various Types Of Hoists And Cranes Of 1x500mw Unit - 6 Ukai Tps. (w-4812 Emd-6)
Closing Soon1 Mar 2025
Tender AmountINR 961.2 K (USD 11 K)
Integral Coach Factory - ICF Tender
Auction
Ireps
Corrigendum : Closing Date Modified
India
Description: Cut Trees Of Various Species And Fire Wood Consisting Of Dried/dead Wood And Roots Including Decayed Wooden Logs Released From Civil Engineering Department. Note- 1. Excluded Trees- Teak And Sandalwood 2. All Material Should Be Cleared 3. Crane Permitted For Loading 4.custodian Of The Lot ¿ Sse/afforestation 5. Sse/afforestation Should Witness The Delivery Of The Lot Gst 5%,other Taxes As Applicable.gst And Any Other Taxes As Imposed By Central Or State Government At The Time Of Delivery Will Be To Buyer¿s Account. Any Other Rules Regarding Transportation Of Cut Trees Applicable.
Closing Soon4 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Updated Synopsis Posting:
n0016424rwp16, Job Order #3 – Synopsis - Sole Source – Engineering Support For Klystron Correlation Testing And Government Furnished Equipment (gfe) Maintenance, Repair, And Upgrade H220 – Naics 541330
issue Date: 24 February 2025 – Closing Date: 11 March 2025 – 4:00 Pm Est
item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement To Procure Engineering Support For Klystron Tube Correlation Testing And Gfe Maintenance, Repair, And Upgrade This Requirement Is Planned As A Non-commercial Cost-plus-fixed-fee (cpff) Level Of Effort (loe) Job Order Contract Under Basic Order Agreement (boa) N0016424rwp16, With One (1) Base Year Plus Four (4) Option Years Using Us Navy Funds.
the Proposed Contract Action Is For Services For Which The Government Intends To Solicit And Negotiate With One Source, Microwave Power Products (mpp), 811 Hansen Way, Palo Alto, Ca, 94304 (cage Code 99313) Under The Authority Of Far 6.302-1, Only One Responsible Source. This Is Being Sole Sourced Under The Boa; Mpp Is The Only Source Which Has The Capability To Perform The Klystron Tube Correlation Testing And Gfe Maintenance, Repair, And Upgrade . The Set-aside Is Not Applicable To This Requirement. The Anticipated Contract Action Award Is 30 September 2025. The Estimated Contract Maximum Is $500k. Clin Structures; 0001 Gold Tube Testing, And Clin 0002 Gfe Maintenance.
anticipated Clin Structure:
clin 0001 Gold Tube Testing
clin 0002 Gfe Maintenance
clin 1001 Option Year 1 Gold Tube Testing
clin 1002 Option Year 2 Gfe Maintenance
clin 2001 Option Year 1 Gold Tube Testing
clin 2002 Option Year 2 Gfe Maintenance
clin 3001 Option Year 1 Gold Tube Testing
clin 3002 Option Year 2 Gfe Maintenance
clin 4001 Option Year 1 Gold Tube Testing
clin 4002 Option Year 2 Gfe Maintenance
all Responsible Sources May Submit A Capability Statement Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete 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 Re-evaluating The Justification For Sole Source Or Limitation Of Sources And Making A Determination To Change The Acquisition Strategy To A Competitive Procurement. Solicitations And Amendments For This Sole Source Action Will Not Be Posted To Sam.gov And Are Available Only From The Poc Identified Below.
a Solicitation Will Not Be Posted To Sam.gov Due To Its Sole Source Nature Of The Procurement. The Draft Agreement Will Be Issued Directly To Mpp On Or Around 11 September 2025.
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 1-866-606-8220 Or Via The Internet At Https://www.sam.gov.
questions Or Inquiries Should Be Directed To Kori Koss, Code 0241, Telephone 812-805-0753, And E-mail Kori.l.koss.civ@us.navy.mil. And Seth Taylor, Code 0241, Email Seth.t.taylor.civ@us.navy.mil. Contracting Office Address Is 300 Highway 361 Crane, In 47522-50001.
original Posting:
n0016424rwp16, Job Order #3 – Synopsis - Sole Source – Government Furnished Equipment (gfe) Maintenance, Repair, And Upgrade Of The Simplified Driver (sdr) And Continuous Wave Illuminator (cwi) Microwave Tubes (mwts)– H220 – Naics 541330
issue Date: 18 September 2024 – Closing Date: 2 October 2024 – 4:00 Pm Est
item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement To Procure Gfe Maintenance, Repair, And Upgrade For The Simplified Driver (sdr) And Continuous Wave Illuminator (cwi) Microwave Tubes (mwts). This Requirement Is Planned As A Non-commercial Cost-plus-fixed-fee (cpff) Level Of Effort (loe) Job Order Contract Under Basic Order Agreement (boa) N0016424rwp16, With One (1) Base Year Plus Four (4) Option Years Using Us Navy Funds.
the Proposed Contract Action Is For Services For Which The Government Intends To Solicit And Negotiate With One Source, Communications & Power Industries Llc (cpi), 811 Hansen Way, Palo Alto, Ca, 94304 (cage Code 99313) Under The Authority Of Far 6.302-1, Only One Responsible Source. This Is Being Sole Sourced Under The Boa; Cpi Is The Only Source Which Has The Capability To Perform The Gfe Maintenance, Repair, And Upgrade Of The Sdr And Cwi Mwts. The Set-aside Is Not Applicable To This Requirement. The Anticipated Contract Action Award Is 30 September 2025. The Estimated Contract Maximum Is $500k. Clin Structures; 0001 Gold Tube Testing, And Clin 0002 Gfe Maintenance.
anticipated Clin Structure:
clin 0001 Gold Tube Testing
clin 0002 Gfe Maintenance
clin 1001 Option Year 1 Gold Tube Testing
clin 1002 Option Year 2 Gfe Maintenance
clin 2001 Option Year 1 Gold Tube Testing
clin 2002 Option Year 2 Gfe Maintenance
clin 3001 Option Year 1 Gold Tube Testing
clin 3002 Option Year 2 Gfe Maintenance
clin 4001 Option Year 1 Gold Tube Testing
clin 4002 Option Year 2 Gfe Maintenance
all Responsible Sources May Submit A Capability Statement Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete 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 Re-evaluating The Justification For Sole Source Or Limitation Of Sources And Making A Determination To Change The Acquisition Strategy To A Competitive Procurement. Solicitations And Amendments For This Sole Source Action Will Not Be Posted To Sam.gov And Are Available Only From The Poc Identified Below.
a Solicitation Will Not Be Posted To Sam.gov Due To Its Sole Source Nature Of The Procurement. The Draft Agreement Will Be Issued Directly To Cpi On Or Around 11 September 2025.
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 1-866-606-8220 Or Via The Internet At Https://www.sam.gov.
questions Or Inquiries Should Be Directed To Kori Koss, Code 0241, Telephone 812-805-0753, And E-mail Kori.l.koss.civ@us.navy.mil. And Seth Taylor, Code 0241, Email Seth.t.taylor.civ@us.navy.mil. Contracting Office Address Is 300 Highway 361 Crane, In 47522-50001.
Closing Date11 Mar 2025
Tender AmountRefer Documents
South Central Railway - SCR Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: 12114ms24f, 98110391, Quantity- 78.820 Mts. Scrap Condemned Unserviceable Ms Bogie Under Frames, Fiat Bogie Frame For Lhb, Bogie Under Frame Cut Parts Of Carriages Of Sorts And Sizes With Or Without Bolsters, Lower Planks And Other Attachments. Note- 1. Gas Cutting Is Permitted To Facilitate Loading. 2. Private Crane Permitted For Loading. Location- Bin No- 114, Right Side Of Road No 1 Hsn Code- 72044900. Gst- 18 Percent. Note- Delivery On Actual Weighment Basis Only. Special Note: Overload Of The Carrying Capacity Of The Vehicle Will Not Be Permitted At The Time Of Taking Delivery As Per Motor Vehicle Act 1988.
Closing Date27 Mar 2025
Tender AmountRefer Documents
Bureau Of Fisheries And Aquatic Resources Tender
Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Tender Amount Updated
Philippines
Details: Description No. "item Description (item Name & Technical Specifications)" Qty. Unit Approved Budget For The Contract (abc) 1 Improvement Of Parking Lot Area Of The Fisheries Building Complex (fbc) Front Area Siteworks Clearing And Grubbing 1 Lot 59,182.20 Trimming Of Trees 1 Lot 6,904.59 Removal Of Temporary Facilities/guard House 1 Lot 3,945.48 Supply Of Aggregate Base Coarse 150mm Thk. (3/4" Gravel) 41.2 Cu.m 130,042.86 Grading And Compaction Using Vibratory Roller/grader 1 Lot 12,822.81 Hauling Of Debris And Etc. Using Truck With Telescopic Truck Crane Including Disposal 1 Lot 69,045.90 Back Area Siteworks Clearing And Grubbing 1 Lot 49,318.50 Stripping Or Grading (soil Levelling) 1 Lot 9,469.15 Compaction (using Plate Compactor) 1 Lot 6,312.77 Supply Of Aggregate Base Coarse, 50mm Thk. (3/4" Gravel) 16.1 Cu.m 50,817.72 Hauling Of Debris And Etc. Including Disposal 1 Lot 17,754.66 Formworks (pavement And Manhole Covers) 1 Lot 7,890.96 Concrete Pavement, 10cm Thk Cement, 40kg 233 Bag 143,558.29 Sand, Washed 15.2 Cu.m 48,239.33 Crushed Gravel, 3/4" 23.1 Cu.m 85,932.46 10mmø X 6.0m Def Bar, Grade 40 185 Piece 86,025.00 G.a #16 G.i Tiewire 20 Kg 4,650.20 Ramp Cement, 40kg 13 Bag 8,009.69 Sand, Washed 0.78 Cu.m 2,475.44 Crushed Gravel, 3/4" 1.305 Cu.m 4,247.80 10mmø X 6.0m Def Bar, Grade 40 8 Piece 3,720.00 G.a #16 G.i Tiewire 1 Kg 232.51 Supply And Installation Of Steel Ramp 1 Lot 5,812.54 Painting Works Repainting Of Existing Fence Including Grills 60 Sq.m 29,591.40 Repainting Of Existing Pond Walls (exterior Part Only) 45 Sq.m 22,193.55 Please See The Attached Plan Total 868,195.81
Closing Soon5 Mar 2025
Tender AmountPHP 868.1 K (USD 14.9 K)
821-830 of 935 active Tenders