Crane Tenders

Crane Tenders

Others...+1Civil And Construction
United States
Description: ***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  repair/maintenance To The U.s. Coast Guard Cutter, Uscgc Bluebell (wli-313) Fy24  a 100’ Inland Tender.  uscgc Bluebell (wli-313) Drydock Availability Fy2024. anticipated Naics Code/size Standard: The Applicable Naics Code Is 336611, Ship Building And Repairing And The Size Standard Is 1,300 Employees. geographical Restriction: n/a place Of Performance: at Vendor’s Facility. description Of Work: this Requirement Is For The Contractor To Provide All Necessary Facilities, Materials, Equipment, Personnel, And Other Such Things Necessary To Perform Dockside Repairs To The U.s. Coast Guard Cutter Bluebell (wli 313), A 100’ Inland Tender. This Vessel’s Home Port Is At 6767 N. Basin Ave. Portland, Or 97217. All Work Is To Be Performed At The Contractor’s Facility. The Required Performance Period Is Seventy (70) Days With A Start Date On Or About 16 Jan 2024 - 25 Mar 2024. description: This Drydock Will Consist Of Approximately 62 Work Items (45 Definite/17 Optional) Including Work Such As Coating Repair, Crane Inspection, Tank Cleaning And Inspection, And Deck Preservation. These Work Items Are Iaw Bluebell Drydock Specifications, Rev-0, Dated 20 June 2023. item description d-001 fire Prevention Requirements d-002 hull Plating, Side Scan, Ultrasonic Testing d-003 hull Plating, U/w Body, Inspect o-004 u/w Body, Preserve, 100 Percent o-005 u/w Body, Preserve, Partial, Condition A o-006 u/w Body, Preserve, Partial, Condition B o-007 hull Plating Freeboard, Preserve, Partial o-008 hull Plating Freeboard, Preserve, 100 Percent o-009 hull And Structural Plating, General, 12.75 Lbs. Steel Plate, Renew o-010 hull And Structural Plating, General, Cracked Steel Welds, Repairs o-011 hull And Structural Plating, General, Degraded Weld, Steel, Repair d-012 appendages, U/w, Leak Test d-013 propulsion Shaft Rope Guards, Inspect d-014 appendages, U/w, Internal, Preserve d-015 tanks, Potable Water, Clean And Inspect d-016 tanks, Ballast, Clean And Inspect d-017 voids, Accessible, Clean And Inspect d-018 propulsion Shaft Bearings, External, Check Clearances d-019 propeller , Clean And Inspect d-020 main Diesel Engine, Mde, Exhaust Piping, Commercial Clean d-021 ship Service Diesel Generator, Ssdg, Exhaust Piping, Commercial Clean d-022 boiler Exhaust Stack Uptakes, Commercial Clean d-023 vent Ducts, Engine And Motor Room, All, Commercial Cleaning d-024 vent Ducts, Galley And Pantry Room, All, Commercial Cleaning d-025 vent Ducts, Laundry Exhaust, Commercial Cleaning o-026 vent Ducts, All Other, Commercial Cleaning d-027 vent Fans And Motors, Non-machinery Spaces, Overhaul d-028 sea Strainers, Duplex, All Sizes, Overhaul d-029 potable Water Pneumatic Tanks, Clean And Inspect d-030 compressed Air Receivers And System Valves, All, Clean, Inspect, Hydro And Lift o-031 rudders, Preserve, 100 Percent d-032 rudder Stock Bearings Clearances, Check d-033 boat Boom, Inspect & Service d-034 buoy And Cargo Crane, Inspect And Service d-035 grey Water Holding Tanks, Clean And Inspect d-036 sewage Holding Tanks, Clean And Inspect d-037 grey Water Piping, Clean And Flush d-038 sewage Piping, Clean And Flush o-039 tanks, Grey Water Holding, Preserve, Partial o-040 tanks (sewage Holding), Preserve, 100 Percent o-041 tanks (sewage Holding), Preserve, Partial o-042 tanks, Ballast, Preserve, 100 Percent o-043 tanks, Ballast, Preserve, Partial o-044 tanks, Potable Water, Preserve, Partial, d-045 decks – Exterior (buoy Or Construction Deck), Preserve 100% d-046 drydock d-047 temporary Services, Provide - Tender d-048 engine, Overhaul, Tender/barge, Crane, Center Section d-049 deck Covering, Interior, Wet And Dry, Renew d-050 machinery Exhaust Stack Insulation, Renew d-051 tanks, Clean And Inspect d-052 ship Service Air Receiver, Overhaul o-053 ship Service Air Receiver, Renew d-054 crew’s Quarters Racks, Renew d-055 cpo Stateroom Racks, Renew d-056 point Of Use Potable Water Filters, Install d-057 various Pipe Hangers, Renew d-058 piping Insulation, Renew d-059 heating And Chilled Piping, Renew d-060 sea Trial Performance, Support, Provide d-061 independent Nace Inspector (level 3), Provide d-062 tenting, Provide anticipated Period Of Performance: 16 Jan 2024 - 25 Mar 2024. 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 70 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 Erin Olenjack @ Erin.a.olenjack@uscg.mil No Later Than 8:00 Am Pacific Time August 17, 2023, With all of 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 Claiming 8(a) Status, Provide A Copy Of Your 8(a) Certificate From Sba. b. If Claiming hubzone Status, Provide A Copy Of Your Hubzone Certificate From Sba. c. If Claiming sdvosb 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 Claiming vosb status, 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 Claiming edwosb status, 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 Claiming woman 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 Claiming small 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 (oct 2018). 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 Date

17 Aug 2024

Tender Amount

Refer Documents 
Goods
GEM
India
Description: CATEGORY: Medium Ludo Carrom with Coins and 70 cm Carrom Board , Stick Target Toy Dart Board , Magnetic Educational Toys Travel Chess Set for Kids , 3 Activities in 1 Box Science DIY Activity Kits , Arrom Hopscotch Jumbo Play Mat , Parts of Body Solar System Shapes Stacking Block , 4 Puzzles 35 Pieces Each , Complete Solar System Learning Kit for the Child , 3 in 1 Set To Learn Life Cycles , Toy Pack Contains 6 Pieces of Cubes , Telescope Kit Comes With All the Parts , Kit Contains 20 Plus Craft Projects , This Wooden Peg Puzzle 26 Alphabets , Oddeven 500 Plus Pcs Stem Building Blocks Toy Set , Package Contains Wooden Cutouts Rubber Bands LED DC Toy Motor , Gomzy Educational Interlocking Connecting Excellent Creative Building Blocks Toy , Diamond Painting 5D Stickers and Craft Kit , Make Your Own Wheel Kaliedoscope Art and Craft Kit , Pipe Puzzle Building Pipe Blocks for Kids , India and World with Capitals for Kids , Plastic Multicolor Ring Toss Quoits Hoopla Throw Game for Toddlers , Engineering Toy Kit Building Blocks and Construction Set , Magnetic Kit Stress Relief Project , Pencil Making Kit with Instruction Manual , Material to Make Different Finger Puppet , 1 Sun 8 Planets 1 Foam Ring for Hanging , 27 Space Flash Cards for Kids , 6 Colors of Circular Magnets with Positive and Negative Poles , Skillmatics Card Game Found It Travel and Scavenger Hunt , Chalk and Chuckles Smart Sticks Discover India , The Vegetable Jigsaw Puzzle Set , Multicoloured 100 Plus Straw Pipe Building Blocks and Connectors , Quick Playing Monopoly Card Games , Jigsaw Puzzle , Plastic Mesh and Wool in Seven Colours , Webby Jungle Jigsaw Puzzle , 5 Angle Geometric Shapes and Stacking Blocks Set , Whats That Noise Card Games , 5 in 1 Super Deluxe Business Board Game , Electronic Science Project Kit for Kids , Levin Magnetic Science Kit , Digestive System Fiber Model , India Mini Wind Mill Hand , Math Manipulative Model , Car Chasis Gear Motor Car Tyre Speed Encoder , Jungle Garden kit , Otoscope Thermometer Mouth Mirror Reflex Hammer , Corocodile Pins Toy Motor Engineered Wood Pieces , Electronics Writing Tablet , Carpenter Tool Kit for Kids , Soldering Iron , Air Dry Clay , Shut the Box Game Wooden , Skillmatics Educational Game Brain Game , Card Making Kit , Two Piece Matching Puzzle Kit , Board Game Alphabets and Score Strips , Children Learning and Educational Geomatric Shape Puzzle , Wooden Maze Board Game , Magnetic Fun with Alphabet and Words , Hopscotch Kids Game , Physical Features of India , Wooden Toys Calendar for Kids , Big Size Supermarket Kit for Kids , Kitchen Set for Kids , India and World Maps with Capitals , Educational and Construction Based Activity Game Kit , Space Shooter Stem Educational DIY Fun Toys , Hydraulic Plane Launcher , Hydraulic Crane Fun Toy , Do It Yourself Electric Puzzle Working Model , Wind Mill Hand Crank Readymade Working Model , Kit contains 334 Parts and World Class Instruction Manual , Stem Concept Based Games , Chandrayaan 3 Moon Mission Project Stem Kit , 1000 Pieces Straws Building Toy , Kit includes Learning Activities Rainbow Arts and Others , Electronic Robotic Be Creative Scribbler Bot , Robotic Mechanical Hand Stem Diy Kit , Kit includes Learning Acticities Thermal Turner and Others , E Circuit Science Kit Building Set , The Book Tree Wildlife , Earth and Crystal Kit , Solar Model , Jumbo Ball Pool with Soft Balls , Atomic Model Set with 75 Balls

Closing Date

8 Jun 2024

Tender Amount

Refer Documents 
Software and IT Solutions
United States
Details: N0016424q0188 – Brand Name Only – Geomagic Software – Fsg Da10 - Naics 513210 issue Date 15 May 2024 – Closing Date 24 May 2024 – 4:00 Pm Eastern Time item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement For 3d Systems, Inc. Geomagic Software Licenses. the Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, 3d Systems, Inc. And All Authorized Distributors Under The Authority Of Far 13.106-1. 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. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N0016424q0188 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 Angela.d.westfall.civ@us.navy.mil. All Required Information Must Be Received On Or Before 4:00 P.m. Edt.

Closing Soon

24 May 2024

Tender Amount

Refer Documents 
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Naval Supply Systems Command Weapon Systems Support (navsup Wss) - Mechanicsburg Intends To Solicit And Award A Base Five-year Requirements Contract For The Repair Of Approximately 125 Ea., Nsn: 7hh 5960-01-499-7172, Electron Tube, Simplified Drive (sdr) Tube, Part Number 6625287. this Action Is Being Negotiated On A Sole Source Basis With Communications And Power Industries, Llc, Cage 99313, Palo Alto, Ca In Accordance With The Statutory Authority Permitting Other Than Full And Open Competition Under Title 10 U.s.c. 2304(c)(1) As Implemented By Far Part 6.302-1. Communications And Power Industries Is The Designer And Manufacturer Of This Item. Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. the Government Does Not Possess Or Cannot Provide The Data Necessary To Perform The Required Repairs Of The Item. repair Of The Existing Item Requires A License To Communications And Power Industries’ Proprietary Data And Methods. Further, Any New Design Would Have To Be Approved By The Government Design Agent, Naval Surface Warfare Center, Crane Division. The Time Required For Approval Of A New Design Is Normally Such That An Award Cannot Be Delayed Pending Approval; Thus, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under Authority Of Far 6.302. interested Persons May Identify Their Interest And Capability To Respond To The Requirement. this Notice Of Intent Is Not A Request For Competitive Proposals; However, Any Capability Statements Received Within Fifteen Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Contract Action Based Upon Responses To This Notice 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. approval Of A Source Is Required. Navsup Wss Will Not Delay Award While Source Approval Is Pending. the Point Of Contact (poc) Is Lance Geesey; E-mail: Lance.k.geesey.civ@us.navy.mil; Phone: 717-605-1303.

Closing Soon

28 May 2024

Tender Amount

Refer Documents 
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Details: Combined Synopsis - Solicitation For Commercial Items (iaw Far 12.603) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Request For Quotation (rfq), Solicitation Number Fa460824qc103, Is Iaw Far Parts 12 And 13 And Is Iaw Provisions And Clauses In Federal Acquisition Circular (fac) 2024-04, Effective As Of 01 May 2024. This Is A 100% Small Business Set-aside And The Associated North American Industry Classification (naics) Number Is 238220. The Small Business Size Standard Is $19.0m. ***notice To Offerors*** funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Quotes. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. The Customer Has Requested Delivery Only. There Is No Requirement For Installation Or Removal Of Previous Equipment. Delivery Must Be Identified As Fob Destination. When Delivered, The Customer Will Remove The Equipment Via Crane. contracting Office Address: department Of The Air Force (daf), Air Force Global Strike Command (afgsc), 2d Contracting Squadron (2 Cons), 801 Kenney Avenue, Suite 2301, Barksdale Air Force Base (afb), Louisiana (la), 71110, United States. description/purpose: this Rfq Is For Two (2) Brand Name Trane 120-ton Heating And Air-conditioning Chilled Water Unit Chillers On Behalf Of 2 Ces Located On Barksdale Afb, La. clin 0001 – Trane U.s. Inc 120-ton Cgam Air-cooled Hvac Chiller Iaw Attachment 2 – Salient Characteristics (hoban Hall Chiller). due Date And Time: quotes Are Requested By 2:00 Pm Cdt, Tuesday, 22 May 2024. the Following Attachments Are Applicable To This Solicitation: attachment 1 – Provisions And Clauses attachment 2 – Salient Characteristics (hoban Hall Chiller) attachment 3 – Hvac Chiller Justification And Approval (j&a)(s)(r) attachment 4 – Far 52.212-3 – Reps And Certs points Of Contact (pocs) contract Specialist: Tsgt Randy Tedrow; Telephone: (318) 456-3612; Email Randy.tedrow@us.af.mil. contracting Officer: Mr. Ronnie Bushue; Telephone (318) 456-6887; Email Ronnie.bushue.1@us.af.mil.

Closing Soon

22 May 2024

Tender Amount

Refer Documents 
Civil And Construction...+1Irrigation Work
United States
Details: The U.s. Army Corps Of Engineers--tulsa District Has Been Tasked To Solicit For And Award A Contract For The Replacement Of Tainter Gates 1, 2, And 3 At The Newt Graham Lock And Dam 18 Located Outside Of Inola, Ok (wagoner County). The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Procured In Accordance With Far 15, Negotiated Procurement, Using The Trade-off Process. the Gate Replacement Work Consists Of The Removal Of The Existing Tainter Gates And Trunnion Yoke Assemblies, The Off-site Fabrication Of The New Tainter Gates And Trunnion Yoke Assemblies, And The Delivery And Installation Of The New Tainter Gates At Newt Graham Lock & Dam. 18. the Newly Fabricated Tainter Gates Are 60ft X 27ft In Size And Weigh Approximately 181,000 Lbs. Each. The Gates And Yoke Assemblies Will Be Required To Be Fabricated In An Aisc Certified Facility. all Awarded Tainter Gates Will Be Fabricated First Prior To Performing Any Removal Of Existing Tainter Gates And Install. upon Delivery Of All Tainter Gates, Coordination Will Be Needed With Usace Personal To Dewater The Tainter Gate Bays. Only 1 Tainter Gate Can Be Out Of Service At Any Given Time. Removal And Disposal Of The Existing Tainter Gates Will Be Required Prior To Performing The Install Of The New Tainter Gate. The Existing Tainter Will Be Removed Along With The Trunnion Yoke Assemblies From The Existing Trunnion Anchorage. it Is Anticipated That The Existing Tainter Gate Removal And New Tainter Gate Install Will Require A 400-500 Ton Crane Mounted On A Navigable Floating Plant. monitor The Prevailing River Conditions At The Project Site, Referring To The Upstream Project River Gage, River Forecasts Issued By The National Weather Services To Determine When To Withdraw Equipment And Floating Plant. The Withdrawal Of Equipment And Floating Plant Shall Ultimately Be The Contractor's Decision And Shall Not Be Directed By The Government. per Dfars 236.204, The Magnitude Of This Construction Project Is Between $10,000,000 And $25,000,000. a Request For Proposals Is Projected To Be Released On Or About 10 June 2024, With Proposals Due 30 Days After Release Of Rfp. This Project Will Be An Unrestricted Solicitation. The Estimated Duration Of The Construction Phase For The Proposed Base Contract (replacement Of 1 Of The 3 Tainter Gates) Is 730 Days. Max Period Of Performance (proposed Options For Remaining 2 Tainter Gate Replacement) Is 1460 Days. This Base Period And Options May Change When Solicitation Is Released.

Closing Date

10 Jul 2024

Tender Amount

Refer Documents 
Machinery and Tools
Australia
Details: The Department For Infrastructure And Transport (the Department) Invites Companies To Provide A Response To The Request For Tender (rft) For The Supply And Delivery Of A Straddle Carrier For The Beachport Boatyard, Contract No. 23c237. The Beachport Boatyard Is A Critical Marine Facility That Serves The Rock Lobster Commercial Fishing Industry That Operates Out Of Beachport And Southend. In A Recent Condition Assessment On The Existing Vessel Straddle Carrier, A Range Of Machine Faults Were Identified. Due To These Safety Concerns, The Straddle Carrier Was Decommissioned And Mobile Cranes Are Now Being Used As An Alternative To Launch, Retrieve And Move Vessels Around The Boatyard. The Department Determined That A New Straddle Carrier Is Required For The Beachport Boatyard. The Objectives Of The Project Are To Procure A New Modern Straddle Carrier For Beachport Boatyard, While Maintaining Current Requirements For The Movement Of Boats Until The Straddle Carrier Is Purchased, And Ensure The Straddle Carrier Procured Is Capable Of Moving Boats Safely And Efficiently. Tender Response Upload Should You Require Assistance In Uploading Your Tender Submission Electronically Please Contact The Tenders Sa Helpdesk On 8462 1401. It Is Recommended That You Allow At Least Two Hours Prior To Tender Closing Time To Ensure That You Upload Your Tender. A Receipt Number Will Be Issued To Confirm That Your Submission Has Been Completed Successfully. Multiple Files May Be Permitted - Please Ensure Individual Files Do Not Exceed 20mb Per File

Closing Soon

21 May 2024

Tender Amount

Refer Documents 
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Chemical Products
United States
Description: Request For Quote 70z08524q40128b00 quote Due Nlt: 06/02/2024, 12 Pm Est item Required Delivery Date: 09/30/2024 naics 339993 this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Shall Provide: vendor Name: vendor Address: vendor Sam.gov Uei: vendor Phone: vendor Email: all Items Listed In The Below Parts List And No Substitutions Will Be Authorized Without Approval From Uscg Sflc Technical Experts. line 1 nsn: 5315 01-500-6931 description: Pin, Straight, Headed mfg Name: Appleton Marine Inc part_nbr: Mmd-2228 quantity: 5 Ea descriptive Data: heel Pin Used On Crane Assembly Sb230-42 Aboard 175 Ft Wlm Coast Guard Vessels. preservation, Packaging & Marking Shall Be In Accordance With Specifications Outlined In Preparation For Delivery Below: individually Packaged In Accordance With Mil-std-2073-i E Method 10, Cushioned In A Double Layer Of 3/4 In Bubble Wrap And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard (cardboard) Box. Marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. package Label: item Name: part Number: nsn: qnty: (example 1 Ea) Cond-a contract Number / Order Number poc: Kyleigh Mcquade e-mail: Kyleigh.e.mcquade@uscg.mil ph: 410-582-4702 item Required Delivery Date: 09/30/2024 if Unable To Meet Required Delivery Date, Please Provide Dd: ________ - No Substitutions. are You Able To Meet Packaging Requirements? Yes ___ No ____ ** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. ** ** Shipping: Fob Destination Required. ** ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 8am To 3pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Gina.m.baran@uscg.mil u.s. Coast Guard Approved Label Should Have The Following: national Stock Number (nsn) item Name part Number purchase Order Number the Words “coast Guard Sflc Material” Condition (a) quantity And Unit Of Issue (i.e) (1-ea) invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non-po In Ipp). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Gina.m.baran@uscg.mil

Closing Date

2 Jun 2024

Tender Amount

Refer Documents 
Transportation and Logistics
Philippines
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of One (1) Unit Brand New 5 Tonner Boomtruck The City Of Lapu-lapu Through The Capital Outlay Funds 9998-1-07-05-080-24s1 Intends To Apply The Sum Of Eight Million Five Hundred Thousand Pesos (₱ 8,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of One (1) Unit Brand New 5 Tonner Boomtruck Under P. R No. 24-04-0489. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Ldrrmo Item No. Qty. Unit Of Issue Item Description 1. 1 Unit Brandnew 5 Tonner Boomtruck * Unit Specification: Gv.w. Rating : 16,000 Kgs. Engine Model : Euro 4 Type : Diesel, Turbo Charged & Intercooled, 4 Cycle, Vertical, In-line, 6 Cylinder, Overhead Camshaft, Water Cooled, Direct Injection Type, Electronic Control Common Rail Type Max Engine Speed : 2,600 Rpm Max Output (ps) Iso Net/ Jis Gross : 240 / 245 Max. Torque (nm) Iso Net / Jis Gross : 716 / 726 Max Speed : 104 Kph Displacement : 7 - 8 Liters Suspension : Front Semi-elliptic Tapered Leaf Springs (reinforced Type) Double Acting Shock Absorbers Rear Semi-elliptic Main And Auxiliary Leaf Springs (reinforced Type) Transmission : 6 Speed, M/t With Overdrive Service Brake : Full Air, Dual Circuit , "s" Cam Type , Equipped With Abs Leading And Trailing Shoes For Front And Rear Wheels Parking Brake : Air-operated Spring Brake Acting On Rear Axle Fuel Tank Capacity : 200 L Tires & Rims : 11r22.5 - 16pr * Body Specification: Cargo Dropside : Body - 20ft. X 8ft. X1.65ft. (l X W X H) All Steel. : Equipped With Side Rail Guards Hydraulic Crane : 5 Ton Capacity Maximum Lifting Capacity : 5,050kg. At 2.5 M. Maximum Hook Height : 10.1 M. Maximum Working Radius : 8.13 M. Boom Length : 3.54 M 8.37 M. Boom Sections : 3 Boom Raising Angle : Min. 1° To Max. 78° Sewing Angle : 360° Continuous Crane Weight : 1680 Kg. - 3 Years Lto Registration - 1 Year Gsis Comprehensive Insurance - Seminar And Training For The Proper Usage And Maintenance Of The Unit Terms And Condition: 1. Delivery : 90-120days From Receipt Of Notice Of Award/purchase Order 2. Warranty : Cab & Chassis - Two (2) Years Or 100,000 Km Mileage, Whichever Comes First : Body - 1 Year. Subject To Terms And Conditions The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety-one Hundred Twenty (90-120) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From April 25, 2024 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of May 21, 2024 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On May 7, 2024 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of May 21, 2024. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On May 21, 2024 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Atty. James Allan C. Sayson City Legal Office-city Attorney Bac Chairperson 25th Day Of April, 2024 (philgeps’ Posting Date)

Closing Soon

21 May 2024

Tender Amount

PHP 8.5 Million (USD 147.8 K)
Chemical Products
United States
Details: U.s. Army Combat Capabilities Development Command – Chemical Biological Center (devcom Cbc), Rock Island, Il, On Behalf Of The Office Of The Secretary Of Defense, Office Of The Assistant Secretary Of Defense For Industrial Base Policy Via Its Innovation Capability And Modernization Program (10 U.s.c. § 4817), In Conjunction With Army Contracting Command – Rock Island (acc-ri), Manages The Cornerstone Other Transaction Agreement (ota), In Accordance With 10 U.s.c. § 4022. Cornerstone Was Architected To Create A Broad-based, Flexible And Enduring Public-private Consortium Focused On Strategic Strengthening Of The U.s. Manufacturing And Defense Industrial Base And Provide A Strong Complement To The Mandates In Presidential Executive Order 13806. acc-ri, On Behalf Of Devcom Cbc And Naval Surface Warfare Center Crane, Intends To Issue A Competitive Cornerstone Initiative Request (cir) For Munitions Supply Chain Diversification On Or After 29 May 2024, With An Estimated Closing Date Of 28 June 2024 Days After Issuance. The Cir For Munitions Supply Chain Diversification Is Restricted To Cornerstone Consortium Members. the Cir Will Solicit Proposals For One Fixed Price Ota Prototype With Incremental Payments Made Upon Completion Of Specific Milestones. Period Of Performance Will Be 60 Months. The Government Will Not Pursue A Full-rate Production Contract Associated With The Compact Multi-range Building; However, Test Range Results May Drive Details Behind The Navy’s Decision To Pursue A Full Rate Production Decision In Fy26/27 For The Martitime Strike Tomahawk Equipped Missiles. the Objective Of This Effort Is The Multi-range Test Facility Requires Modernization And Updates, Specifically A Seeker Kit To Convert It Into A Missile With Long Range Anti-surface Warfare Capability. The Development Of A New Multi-range To Support Production Of The Passive Seeks Will Enhance Current Testing Capabilities Of The Passive Seekers And Improve Seeker Kit Production Capacity. Developing A New Multi-range Will Accelerate Production To Increase Throughput Capacity. An Additional Multi-range Will Support In Fabrication And Quality And Performance Testing Of The Seeker Assembly. This Project Will Enhance The Manufacturing Capabilities Of The Supplier And Enable Accelerated Integration Of The Technical Components. any Ot Awarded As A Result Of This Initiative Will Incorporate Revised Far Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Dated Aug 2020 And Dfars Clause 252.232-7006 Wawf Payment Instructions. the Cir For Munitions Supply Chain Diversification Will Be Communicated To The Cornerstone Consortium And Companies With Pending Applications Via Email. Entities Are Required To Have Begun The Membership Process For Their Proposal To Be Reviewed. Entities Must Be Members Of The Cornerstone Consortium, With A Signed Cornerstone Consortium Management Agreement, To Be Awarded This Ota Task. Contractors May Obtain Cornerstone Registration Information By Inquiring At: usarmy.ria.ccdc-cbc.mbx.cornerstone-ota@army.mil interested Parties Should Stay Alert For Any Changes That May Be Published To This Sam.gov Posting. Please Email All Questions And Responses To The Following Mailbox: usarmy.ria.ccdc-cbc.mbx.cornerstone-ota@army.mil this Special Notice Is For Planning Purposes Only And Does Not Constitute A Cir Or An Obligation On Behalf Of The U.s. Government. Issuance Of This Special Notice Is Not A Guarantee Of A Future Cir Or An Award And Is Not A Commitment Of Any Kind By The Government.

Closing Soon

28 May 2024

Tender Amount

Refer Documents 
901-910 of 943 active Tenders