Crane Tenders
Crane Tenders
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: N00164-25-q-0528 – Sole Source – Mast Mounted Hoist – Fsg 1440 - Naics 333923 Issue Date 23 Jan 2025 – Closing Date 30 Jan 2025 – 2:00 Pm Eastern Time naval Surface Warfare Center (nswc) Crane Has A Requirement For Mast Mounted Hoist P/n: M452b-s4 In Accordance With (iaw) Task Description, Drawings And Cdrls. the Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, Thern Inc, 5712 Industrial Park Road, Winona, Mn 55987 Under The Authority Of Far 13.106-1. This Is Being Sole Sourced Thern Inc. Was Chosen To Be The Supplier Of The Hoist, Mast Mounted Because This Particular Item Is Currently On The Fielded Davits And Has Proven Successful Over Their Life. There Are Currently Spare Parts And Supplies For This Particular Manufacturer And Item In Supply, If A Different Manufacturer Or Item Is Used Spare Parts Will Need To Be Discarded And Replaced With New Items. 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. contractors Must Be Properly Registered In The System For Award Management (sam) And The Joint Certification Program (jcp) In Order To Receive The Controlled Attachments. Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via Https://sam.gov. Information About The Jcp Is Located At Https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx. The Controlled Attachments Will Be Posted At The Same Time The Solicitation Is Posted. this Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N00164-25-q-0528 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 Morgan.m.helton.civ@us.navy.mil. All Required Information Must Be Received On Or Before 30 Jan 2025 – 2:00 Pm Eastern Time
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0001: the Reason For This Amendment Is To Include The Use Of Options For One Base Year And Potential Of Four (4) Option Years. original: n0016424rjq19 – Job Order 0001 – Sole Source - Multi-mission Optical Sensor (mmos) And Mts Pedestal Enclosure System (mpes) Operations, Maintenance And Future Development, Fsc – J016 – Naics 334511 issue Date: 11 March 2024 – Closing Date: 11 April 2024 – 3:00pm Eastern Time a Solicitation Will Not Be Posted To Https://www.sam.gov Due To The Sole Source Nature Of This Requirement. item Description: Naval Surface Warfare Center (nswc) Crane Intends To Award A Job Order (jo) Under Basic Ordering Agreement (boa) N0016424gjq19 For Sustainment To Include Program Management (pmo) And Engineering Support For Current Equipment (hardware And Software), Support For Operations, Training, And Supply Chain Risk Management (scrm) For Deployed Multi-mission Optical Sensor (mmos) And Mts Pedestal Enclosure System (mpes) Systems. The Government Intends To Solicit And Negotiate With One Source, Raytheon Company, 1100 Wilson Blvd Ste 2000, Arlington, Virginia 22209, Under The Authority Of Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. (u.s.c. 3204(a)(1)). The Basis For Restricting Competition Is The Lack Of Sufficient Technical Data, Duplicative Cost To The Government That Is Not Expected To Be Recovered Through Competition, And The Unacceptable Delays In Fulfilling The Agency Requirement Through Any Other Source. raytheon Is The Sole Designer, Developer, And Manufacturer, And Is The Only Source That Currently Possesses Sufficient Requisite Knowledge, Engineering Expertise, Aircraft Integration Information, And Technical Data Required To Perform These Efforts. No Other Source Has The Technical Qualification And Necessary Resources To Neither Supply The Requirement Described Herein, Nor Will Any Other Supplies Or Services Satisfy The Government's Requirements. All Responsible Sources May Submit A Capability Statement Or Proposal Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Announcement 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. Companies Interested In Subcontracting Opportunities Should Contact Raytheon Company Directly. request For Proposal (rfp) Will Not Be Made Available Through Https://www.sam.gov. The Rfp Will Be Provided To Directly To Raytheon Company Through Electronic Mail. The Proposed Noncompetitive Contract Action Is Anticipated To Be Awarded Under Far Part 15, Contracting By Negotiations. 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 Allyson Nicholson, Code 0231, Telephone 812-381-4846, Email: Allyson.d.nicholson.civ@us.navy.mil. Please Reference The Above Solicitation Number When Responding To This Notice.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Description: Sources Sought Synopsis for elk City Gate Repair elk River, Elk City, montgomery County, Kansas this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded from This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Be Notified Of The Results Of The Evaluation Upon Request. the U.s. Army Corps Of Engineers – Tulsa Has Been Tasked To Solicit For And Award A Contract For The Elk City Gate Repair, At The Elk River, Elk City, Kansas. The Proposed Design-bid-build Project Will Be Procured As A Competitive, Firm-fixed Price Contract In Accordance With Far 15, Negotiated Procurement, Using The Lowest Price Technically Acceptable Approach, Tradeoffs Will Not Be Permitted. The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Businesses, Section 8(a), Hubzone, Sdvosb, And Wosb Businesses Are Highly Encouraged To Participate. the Work Includes, But Is Not Limited To, The Following: base: Service Gate 2, Fabricate And Deliver Four Roller Chain Backing Plate Assemblies For Gate 2. This Will Include The Backing Plate, Two Side Guide Bars, And The Screws. Fabricate And Deliver Two Roller Chain Housing Assemblies For Gate 2. This Will Include The Upper, Lower, And Vertical Housing Sections And The Bolts, Nuts, And Washers Used For Installation. Fabrication Will Require Either Field Verification Of All Bolt And Screw Locations Or The Ability To Tap Them In The Field During Installation. removal And Disposal Of The Existing Roller Chain Housing Assemblies. This Will Require The Use Of Scaffolding And Fall Protection For The Material Removed And The Personnel Working. Removal And Disposal Of The Roller Chain Backing Assemblies. This Will Require Safely Removing And Storing The Roller Chain And Grinding The Existing Tack Welds And Screws Currently In Place. installation And Operability Testing Of The Roller Chain Backing Plate Assemblies. This Will Include Connecting The Assemblies Via The Provided Screws Only. Installation And Operability Testing Of The roller Chain Housing Assemblies. This Will Include Connecting The Assemblies Via The Bolts, Nut, And Washers Provided. Testing Will Include Exercising The Gates To Their Full Capabilities A Minimum Of Three Times. option 1: Service Gate 1 Includes All Work Listed For The Base Bid Applied To Gate 1. option 2: Emergency Gate Includes All Work Listed For The Base Bid Applied To The Emergency Gate. the Government Will Operate The On-site Gantry Crane. in Accordance With Far 36 And Dfars 236, The Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. estimated Construction Duration Of The Project Is 300 Calendar Days. the North American Industry Classification System Code For This Procurement 237990 ( other Heavy And Civil Engineering Construction) Which Has A Small Business Size Standard Of $45m. the Product Service Code Is: Z2ka (maintenance Of Dams) small Businesses Are Reminded Of Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Large Businesses Must Comply With The Far 52.219-9 By Submitting A Small Business Subcontracting Plan Should This Action Be Solicited As Full And Open Competition And An Award Is Made To A Large Business Firm. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual (em 385- 1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Date Is On Or About 5 Mar 2024, And The Estimated Proposal Due Date Will Be On Or About 5 Apr 2024, The Official Synopsis Citing The Solicitation Number Will Be Issued On Http://sam.gov, Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm’s Response To This Synopsis Shall Be Limited To 5 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. firm’s Interest In Bidding On The Solicitation When It Is Issued. firm’s Capability To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (include Firm’s Capability To Execute Construction- Comparable Work Performed Within The Past 5 Years): brief Description Of The Project, Customer Name, Timeliness Of Performance, And Dollar Value Of The Project) – Provide At Least 3 Examples. firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. firm’s Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable. firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 2:00pm Cst, 10 Jan 2024 All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. Mail, Fax Or Email Your Response To Tyler Godwin, U.s. Army Corps Of Engineers, Tulsa District (cect-swt), 2488 East 81st Street, Tulsa, Ok 74137-4290. Email: Tyler.l.godwin@usace.army.mil. Please Also Provide A Copy Of The Response To Mr. Gene Snyman, Small Business Deputy, At Gene.snyman@usace.army.mil.
Defence Research And Development Organisation - DRDO Tender
GEM
India
Closing DateCancelled
Tender AmountRefer Documents
Description: BOQ ITEMS: TORQ SET BITS 3mm, TORQ SET BITS 4mm, TORQ SET BITS 5mm, TORQ SET BITS 6mm, TORQ SET BITS 8mm, SLOTED TORQUE BIT , PHILLIPS TORQUE BIT PH 0, PHILLIPS TORQUE BIT PH 1, PHILLIPS TORQUE BIT PH 3, SOCKET HEAD TORQUE BIT 2MM, SOCKET HEAD TORQUE BIT 2.5MM, SOCKET HEAD TORQUE BIT 3MM, SOCKET HEAD TORQUE BIT 4MM, SOCKET HEAD TORQUE BIT 5MM, SOCKET HEAD TORQUE BIT 6MM, SOCKET HEAD TORQUE BIT 7MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 4.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 5.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 6.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 8MM, STAINLESS STEEL SCREWDRIVERS FOR PHILLIPS SCREWS SIZE 30, STAINLESS STEEL SCREWDRIVERS FOR PHILLIPS SCREWS SIZE 36, HEXAGON KEY WRENCHES SIZE 1.5MM TO 10MM, HEXAGON KEY WRENCHES SIZE 12MM, HEXAGON KEY WRENCHES SIZE 14MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 4MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 5MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 6MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 7MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 8MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 10MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 12MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 14MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 17MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 19MM, FEELER GAUGE , RADIUS GAUGE Range 1 to 7 mm, SCREW PITCH GAUGE 0.25 to 6 mm , TORQUE SCREWDRIVER 2 to 10MM, METRIC RATCHET COMBINATION WRENCHES SIZE 10MM, METRIC RATCHET COMBINATION WRENCHES SIZE 13MM, VERNIER CALIPER Range 0 to 150, VERNIER CALIPER Range 0 to 300, MEAURING TAPE Range 5M, MEAURING TAPE Range 10M, MEAURING TAPE Range 30M, STEEL RULE Range 150mm , STEEL RULE Range 300mm, STEEL RULE Range 600mm, STEEL RULE Range 1M, WEIGHING MACHINE Range 0 to 100kg, WEIGHING MACHINE Range 0 to 500kg, WEIGHING MACHINE Range 0 to 1500kg, Flat half cut files with handle, FLAT BASTARD FILES WITH HANDLE, HALF-ROUND SECOND-CUT FILES WITH HANDLE, HALF-ROUND BASTARD FILES WITH HANDLE, SECOND-CUT ROUND FILES WITH HANDLE, ROUND BASTARD FILES WITH HANDLE, SECOND CUT SQUARE FILES WITH HANDLE, SQUARE BASTARD FILES WITH HANDLE, SECOND CUT TRIANGLE FILES WITH HANDLE, TRIANGLE BASTARD FILES WITH HANDLE, HALF ROUND SECOND CUT RASPS MEDIUM CUT, HALF ROUND BASTARD RASPS LARGE CUT, ROUND SECOND CUT RASPS MEDIUM CUT, FLAT RASPS MEDIUM CUT, NEEDLE FILES, EMERY PAPER GRADE 120, EMERY PAPER GRADE 220, EMERY PAPER GRADE320, WIRE TWISTING WRENCH, TWISTING WIRE DIA 0.8 MM 1 SPOOL 8KGS, LED TORCH, PLIER, NOSE PLIERS, TUBULAR HACKSAW, SMALL ANGLE GRINDER SIZE 4, DRILL MACHINE SIZE 13MM, TORQUE WRENCH RANGE 120 to 600 nm , TORQUE WRENCH RANGE 10 to 50 nm , TORQUE WRENCH RANGE 20 to 100 nm , TORQUE WRENCH RANGE 70 to 340 nm , INSULATED GLOVES, SAFETY OVER GLOVES, OUTSIDE PULLER, INSIDE PULLER, LOCKING TWIN SLIP JOINT MULTIGRIP PLIERS 22MM, LOCKING TWIN SLIP JOINT MULTIGRIP PLIERS 28 MM, DOUBLE END OPEN SPANNER SIZE 6 TO 32, LONG METRIC KEY L TYPE 1.5 to 18 mm, METRIC OFFSET RING WRENCHES SIZE 6 TO 22, METRIC OPEN END BITS drive 9x12 mm 16 to 19 mm, METRIC OPEN END BITS drive 14x18 mm 13 to 32 mm, hex bolt nut and washer M6 into 50, hexboltnut and washerM6 into100, hexboltnut and washerM8 into 50, hex bolt nut and washer M8 into 100, hex bolt nut and washer M10 into 5, hex bolt nut and washer M10 into 100, hex bolt nut and washer M12 into 50, hex bolt nut and washer M12 into 100, Socket Head Cap Screw Nut and Washer Size M6 into 50, Socket Head Cap Screw Nut and Washer Size M6 into 100, Socket Head Cap Screw Nut and Washer Size M8 into 50, Socket Head Cap Screw Nut and Washer Size M8 into 100, Socket Head Cap Screw Nut and Washer Size M10 into 50, Socket Head Cap Screw Nut and Washer Size M10 into 100, Socket Head Cap Screw Nut and Washer Size M12 into 50, Socket Head Cap Screw Nut and Washer Size M12 into 100, metric crowfoot open end bits, crane scale , Tweezers
Defence Research And Development Organisation - DRDO Tender
Machinery and Tools
GEM
India
Closing Date27 Jan 2025
Tender AmountRefer Documents
Description: BOQ ITEMS: TORQ SET BITS 3mm, TORQ SET BITS 4mm, TORQ SET BITS 5mm, TORQ SET BITS 6mm, TORQ SET BITS 8mm, SLOTED TORQUE BIT , PHILLIPS TORQUE BIT PH 0, PHILLIPS TORQUE BIT PH 1, PHILLIPS TORQUE BIT PH 3, SOCKET HEAD TORQUE BIT 2MM, SOCKET HEAD TORQUE BIT 2.5MM, SOCKET HEAD TORQUE BIT 3MM, SOCKET HEAD TORQUE BIT 4MM, SOCKET HEAD TORQUE BIT 5MM, SOCKET HEAD TORQUE BIT 6MM, SOCKET HEAD TORQUE BIT 7MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 4.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 5.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 6.5MM, SCREW DRIVERS FOR SLOTTED SCREWS DRALL DRIVER 8MM, STAINLESS STEEL SCREWDRIVERS FOR PHILLIPS SCREWS SIZE 30, STAINLESS STEEL SCREWDRIVERS FOR PHILLIPS SCREWS SIZE 36, HEXAGON KEY WRENCHES SIZE 1.5MM TO 10MM, HEXAGON KEY WRENCHES SIZE 12MM, HEXAGON KEY WRENCHES SIZE 14MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 4MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 5MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 6MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 7MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 8MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 10MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 12MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 14MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 17MM, 1/2 DRIVE METRIC HEXAGON BIT SOCKETS SIZE 19MM, FEELER GAUGE , RADIUS GAUGE Range 1 to 7 mm, SCREW PITCH GAUGE 0.25 to 6 mm , TORQUE SCREWDRIVER 2 to 10MM, METRIC RATCHET COMBINATION WRENCHES SIZE 10MM, METRIC RATCHET COMBINATION WRENCHES SIZE 13MM, VERNIER CALIPER Range 0 to 150, VERNIER CALIPER Range 0 to 300, MEAURING TAPE Range 5M, MEAURING TAPE Range 10M, MEAURING TAPE Range 30M, STEEL RULE Range 150mm , STEEL RULE Range 300mm, STEEL RULE Range 600mm, STEEL RULE Range 1M, WEIGHING MACHINE Range 0 to 100kg, WEIGHING MACHINE Range 0 to 500kg, WEIGHING MACHINE Range 0 to 1500kg, Flat half cut files with handle, FLAT BASTARD FILES WITH HANDLE, HALF-ROUND SECOND-CUT FILES WITH HANDLE, HALF-ROUND BASTARD FILES WITH HANDLE, SECOND-CUT ROUND FILES WITH HANDLE, ROUND BASTARD FILES WITH HANDLE, SECOND CUT SQUARE FILES WITH HANDLE, SQUARE BASTARD FILES WITH HANDLE, SECOND CUT TRIANGLE FILES WITH HANDLE, TRIANGLE BASTARD FILES WITH HANDLE, HALF ROUND SECOND CUT RASPS MEDIUM CUT, HALF ROUND BASTARD RASPS LARGE CUT, ROUND SECOND CUT RASPS MEDIUM CUT, FLAT RASPS MEDIUM CUT, NEEDLE FILES, EMERY PAPER GRADE 120, EMERY PAPER GRADE 220, EMERY PAPER GRADE320, WIRE TWISTING WRENCH, TWISTING WIRE DIA 0.8 MM 1 SPOOL 8KGS, LED TORCH, PLIER, NOSE PLIERS, TUBULAR HACKSAW, SMALL ANGLE GRINDER SIZE 4, DRILL MACHINE SIZE 13MM, TORQUE WRENCH RANGE 120 to 600 nm , TORQUE WRENCH RANGE 10 to 50 nm , TORQUE WRENCH RANGE 20 to 100 nm , TORQUE WRENCH RANGE 70 to 340 nm , INSULATED GLOVES, SAFETY OVER GLOVES, OUTSIDE PULLER, INSIDE PULLER, LOCKING TWIN SLIP JOINT MULTIGRIP PLIERS 22MM, LOCKING TWIN SLIP JOINT MULTIGRIP PLIERS 28 MM, DOUBLE END OPEN SPANNER SIZE 6 TO 32, LONG METRIC KEY L TYPE 1.5 to 18 mm, METRIC OFFSET RING WRENCHES SIZE 6 TO 22, METRIC OPEN END BITS drive 9x12 mm 16 to 19 mm, METRIC OPEN END BITS drive 14x18 mm 13 to 32 mm, hex bolt nut and washer M6 into 50, hexboltnut and washerM6 into100, hexboltnut and washerM8 into 50, hex bolt nut and washer M8 into 100, hex bolt nut and washer M10 into 5, hex bolt nut and washer M10 into 100, hex bolt nut and washer M12 into 50, hex bolt nut and washer M12 into 100, Socket Head Cap Screw Nut and Washer Size M6 into 50, Socket Head Cap Screw Nut and Washer Size M6 into 100, Socket Head Cap Screw Nut and Washer Size M8 into 50, Socket Head Cap Screw Nut and Washer Size M8 into 100, Socket Head Cap Screw Nut and Washer Size M10 into 50, Socket Head Cap Screw Nut and Washer Size M10 into 100, Socket Head Cap Screw Nut and Washer Size M12 into 50, Socket Head Cap Screw Nut and Washer Size M12 into 100, metric crowfoot open end bits, crane scale , Tweezers
MUNICIPALITY OF LAMBAYONG Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 305 K (USD 5.2 K)
Details: Description Rentals- Construction Of Municipal Landmark (pergola) 1. The Local Government Unit Of Lambayong, Through 20% Development Fund Intends To Apply The Sum Of Three Hundred Five Thousand Sixty-six Pesos Only (php 305,066.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lam-bac-474-024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lambayong Now Invites Bids The Construction Of Municipal Landmark (pergola)-rental. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lambayong And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 5. The Local Government Unit Of Lambayong Will Hold A Pre-bid Conference On December 18, 2024 2:00 P.m. At The Bac Office, New Municipal Hall, Lambayong, Sultan Kudarat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m.; January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m.; January 6, 2025 At The Office Of The Bids And Awards Committee, New Municipal Hall, Lambayong, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Local Government Unit Of Lambayong 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ramon J. Dudo Bac Chairperson 9802 Poblacion, Lambayong, Sultan Kudarat 09662296201/ 09171180904/ 09163712885 Baclambayong@gmail.com/ Lgu_lambayong@yahoo.com Qty Item Description Unit 5 Excavation & Removal Of Obstruction (backhoe) Days 5 Embankment (backhoe) Days 6 Truck Mounted Crane, All Models (21-25mt) Days 5 Plate Compactor Days
Philippine Ports Authority Tender
Machinery and Tools
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 143 K (USD 2.4 K)
Details: Description Request For Quotation 1. The Philippine Ports Authority, Pmo Northern Luzon, Through Its Bids And Awards Committee (bac), Hereby Invites Contractors Duly Registered With The Philippine Contractors Accreditation Board (pcab) To Submit Quotation/bid Proposal For The Hereunder Project In Accordance With Sec. 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184: A. Project Title : Relocation Of Rubber Dock Fender B. Location : Port Of Currimao, Ilocos Norte C. Approved Budget For The Contract (abc) : Php 143,058.23 D. Equipment Requirement: 1 – Cranes, Truck Mounted, Hydraulic Telescopic Boom, 100hp, Owned Or Leased 1 – Welding Machine, 400 Amp. Min., Owned E. Contract Duration: 15 Calendar Days 2. Prospective Bidders Shall Submit Their Quotations In Three (3) Copies Together With The Following Documents: A. Copy Of Valid Pcab License – “general Engineering D” B. Copy Of Valid And Current Mayor’s Permit. C. Copy Of Valid Phil-geps Registration/organizational Number D. Notarized Omnibus Sworn Statement 3. If Interested, Please Pay A Non-refundable Amount Of Five Hundred Pesos (php 500.00) Vat Inclusive, Before The Deadline Set For The Submission Of Bids. 4. Quotation/bid Proposal Accompanied With Detailed Cost Estimates Must Be Delivered To The Bids And Awards Committee (bac), C/o Bac Secretariat, Ppa, Pmo Northern Luzon, Brgy. Maglaoi Norte, Currimao, Ilocos Norte Or Thru E-mail Address Bac.ppanlz@gmail.com On Or Before 5:00pm, January 06, 2025. 5. Opening Of Price Quotations Will Be Conducted On January 07, 2025, 10:00 Am. (sgd) Fernando Z. Nipal Bac Chairperson
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: N00164-25-q-0526 – Sole Source –continuous Wave Illuminator (cwi) Noise Test Set – Fsg 6625 - Naics 334515 issue Date 29 Jan 2025 – Closing Date 3 Feb 2025 – 12:00 Pm Eastern Time item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement For… Oem Omniphase- Ffp, Modified-commercial, Supply, Sole Source, Items Peculiar To One Manufacturer, Iaw Sow, Cdrl, Far 13. clin 0001- Continuous Wave Illuminator (cwi) Noise Test Set – P/n: 4524000- Quantity 1 Each- Iaw Sow, Cdrls, Dd254 clin 0002- Cdrl A001- Software Version Description clin 0003- Cdrl A002- Engineering Change Proposal clin 0004- Cdrl A003- Meeting Agenda clin 0005- Cdrl A005- Test Procedures clin 0006- Cdrl A006- Technical Data Package clin 0007- Cdrl A007- Test/ Inspection Report clin 0008- Cdrl A010- Government Furnished Material clin 0009- Cdrl A011- Software Test Report clin 0010- Cdrl A012- Software User Manual clin 0011- Cdrl A013- Certificate Of Compliance clin 0012- Cdrl A014- Bill Of Materials clin A013- Cdrl A015- Presentation Material sole Source Procurement- The Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, Limited Sources Or Brand Name Only Omniphase Research Labratories, Inc, 359 San Miguel Dr, Suite 208, Newport Beach, Ca 92660, Cage Code: 3ptd8 Under The Authority Of Far 13.106-1. This Is Being Solicited On A Sole Source Because (items Peculiar To One Manufacturer). 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. contractors Must Be Properly Registered In The System For Award Management (sam) And The Joint Certification Program (jcp) In Order To Receive The Controlled Attachments. Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via Https://sam.gov. Information About The Jcp Is Located At Https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx. The Controlled Attachments Will Be Posted At The Same Time The Solicitation Is Posted. this Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13 As A Written. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N00164-25-q-0526 Is Hereby Issued As An Attachment Hereto. all Changes To The Requirement That Occur Prior To The Closing Date Will Be Posted To Contract Opportunities On Https://sam.gov/. It Is The Responsibility Of Interested Vendors To Monitor Https://sam.gov/ For Any Amendments, Which May Be Issued To This Solicitation. for Changes Made After The Closing Date, Only Those Offerors That Provide A Quote Will Be Provided Any Changes/amendments And Considered For Future Discussions And/or Award. offers Shall Be E-mailed To Emily.j.wichman.civ@us.navy.mil. All Required Information Must Be Received On Or Before 12:00pm Eastern Time.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice Sources Sought Notice Page 4 Of 4 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 4 No Solicitation Is Currently Available. This Source's Sought Notice Is For Planning Purposes Only. All Information Contained Herein Is Preliminary And Subject To Changes And/or Cancellation At The Discretion Of The Government. Interested Vendors Shall Respond To This Notice Voluntarily, And At No Cost To The Government. The Information Requested Will Be Used Solely Within The Department Of Veterans Affairs To Facilitate Decision-making And Will Not Be Disclosed Outside Of The Government. Based Upon Information Received In Response To This Sources Sought Notice The Government Shall Decide On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. The Applicable North American Industry Classification System (naics) Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45m. Potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf ). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam. Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Vendor Information Pages (vip) At Https://vetbiz.va.gov/vip/. Description Of Services Pad Cooling Tower Repairs. Location: Va Palo Alto Health Care System (vapahcs), Palo Alto, Ca The Awarded Contractor Shall Provide All Supervision, Administrative And Technical Support, Labor, Subcontractors, Tools, Transportation, Materials, Supplies, And Equipment. The Contractor Shall Plan, Schedule, And Ensure The Effective Completion Of Cooling Tower Repairs. The Contractor Will Conduct Shutdown, Loto Cooling Tower Motor Controllers. The Contractor Will 40hp Motor, Coupling Assembly, Main Tower Support Frame, Fan Housing, And Fan Blades. The Contractor Will Use A Crane Lift To Set Components Into Place Due To The Weight Of The Parts. The Contractor Will Install A Safety Switch And Wire It Into The Vfd. The Contractor Will Remove Loto And Perform A System Check. Period Of Performance (pop) The Expectant Performance Will Be 15 Calendar Days From Issuance Of The Notice To Proceed (ntp). Sources Sought Information The Government Requests That Interested Parties Review The Description Of Services And Provide The Following Capability Information To The Contracting Specialist, Alex Arter, At Alex.arter@va.gov, By 8:00 Am Pdt On January 31, 2025: Business Size (large/small) Business Socio-economic Status (sdvosb, Wosb, 8(a), Hubzone, Etc.) Sam Record Duns Number Ability And Experience In Managing Projects Between $1,000,000.00 And $2,000,000.00. Include General Information And Technical Background Describing Your Firm's Experience On Contracts Requiring Similar Efforts To Meet The Program Objectives. Bonding Capability; Per Contract And Aggregate. Provide The Amount Of Aggregate Bonding Currently Available (i.e. Amount Not Committed). Anticipated Teaming Arrangements (if Any). List Of Projects (government And Commercial) That Are Similar In Scope And Size. List Of Sub-contractors You Intend To Use On A Project Of This Size And Scope. How Does Your Company Intend To Meet The Limitations On Subcontracting As Per 13 Cfr 125.6? Are Your Subcontractors From The Local Area Or Will They Be Coming From Out Of The Area? If Out Of The Area, From Where? Interested Parties Shall Not Submit More Than 10 Single-sided, Type-written Pages Using Times New Roman 12-point Font Or Larger. Published Literature May Be Any Number Of Pages. The Government Will Use This Information When Determining Its Business Type Decision. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government. No Contract Will Be Awarded As A Direct Result Of This Announcement.
1131-1140 of 1178 archived Tenders