Crane Tenders

Crane Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Irrigation Work
United States
Details: Sources Sought a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately. 1. Project Title: Cannelton Lock & Dam Repair/replace Lock & Dam Controls 2. Naics: 237990*** Amendment *** Revised The Naics. Naics Code Is 237990 - Other Heavy And Civil Engineering Construction 3. Project Location: The Project Is Located In Cannelton, Indiana 4. Short Project Description: A. Replacement Of Existing Filling/emptying Valve Machinery Position Instrumentation (magnetic Proximity Switches, Rotational Encoders) And Their Associated Wiring. B. Replacement Of Segments Of Existing Control Cabling Between Control Shelters And Powerhouse. C. Modifications To Existing Lock Control Interface Panels Including Interlock Pinning And Displays Of Valve Position Indicators. D. Modification Of Lock Controls To Incorporate Modern Interlock Requirements. E. Replacement Of Existing Dam Tainter Gate Height Position Indication System (encoder Instrumentation). 5. Type Of Action: Construction 6. Estimated Advertisement Date (phase I): March 2025 7. Estimated Award Date: May 2025 8. Estimated Performance Period: 540 Calendar Days 9. Construction Cost Limit (ccl): Note: The Ccl Is The Estimated Construction Award Amount And Does Not Include Real Estate, S&a, Ddc Or Contingency. estimated Cost Range Between $1,000,000 And $5,000,000 Per Far 36.204. 10. Responses Should Include: A. Identification And Verification Of The Company's Small Business Status. B. Contractor's Unique Identifier Number And Cage Code(s). C. Documentation From The Firm's Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. D. Descriptions Of Experience - Interested Firms Must Provide Specification Sheets For All Equipment To Determine If The Firm Can Provide The Requested Equipment. I. Projects Similar In Scope To This Project Include: (1) Industrial Controls Work Which Include Lock Control Instrumentation, Control Relay Work, Cable Routing, Panel Fabrication, And Mounting Bracket Fabrication. Projects Consisting Of Replacement Of The Dam Tainter Gate Remote Height Indication Equipment, And Rehabilitation Or Replacement Of Power Distribution Equipment Both Inside And Outside Of The Main Motor Control System Will Also Be Considered Similar In Scope. (2) Examples Include: 1. Newburgh Lock Electrical Update (2012): Project Consisted Of Designing And Installing New Mcc Components, New Dam Power Distribution System, Remote Tainter Gate Control System. As Well As Completing Motor Winding Insulation Testing And Refurbishing Electric Motors. 2.john T Myers Electrical Upgrades (2019): Project Consisted Of Designing And Installing The Dam Tainter Gate Remote Height Indication Equipment, Power Distribution For The Bulkhead Crane, And Lighting Transformers. 3. Markland Lock And Dam Electrical Upgrades (2019): Project Consisted Of Designing And Installing The Dam Tainter Gate Remote Height Indication Equipment, The Dam Emergency Bulkhead Crane Controls And Power Distribution Equipment, The Power Distribution Equipment Both Inside And Outside Of The Project Main Motor Control Center, And The Lock Emergency Gate Relay-based Controls. Ii. Based On The Information Above, For Each Project Submitted, Include: (1) Current Percentage Of Completion Or The Date When It Will Be Completed. (2) Size Of The Project (3) Scope Of The Project (4) The Dollar Value Of The Contract (5) Identify The Number Of Subcontractors By Trade Utilized For Each Project. 11. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. note: Total Submittal Package Shall Be No Longer Than 8 Pages. Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed. a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. All Interested Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Sources Sought Via Email No Later Than 17 February At 02:00 Pm Eastern Time. email Responses Ladonna.j.haug@usace.army.mil. If You Have Questions, Please Contact Ladonna Haug At The Email Address Above. This Is Not A Request For Quote And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Submission Of A Proposal. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. please Begin The Registration Process Immediately In Order To Avoid Delay. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (previously Known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date17 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 001: see Schedule original: 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.
Closing Date4 Mar 2025
Tender AmountRefer Documents 

City Of San Jose, Nueva Ecija Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description The San Jose City – Local Government Unit (sjc-lgu) Through Its Bids And Award Committee (bac), Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement For The Item Stated Below, In Accordance With Section 53.9 Small Value Procurement Of Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Sjc-lgu Hereinafter Referred To As “the Purchaser”, Not Request Of The Price Quotation For The Subject Below: Qty Unit Description Sinotruk U8-w028 Sinotruk U7-w083 Sinotruk N1-s888 Sinotruk N1-s890 Sinotruk N1- S895 Sinotruk N1- W416 Sinotruk N1- F579 Hyundai D.t. Mv -2640 Hyundai D.t. Mv -2606 Daewoo D.t. Skn -138 Daewoo D.t. Skn -148 Sinotruk Manlift U2-u429 Sinotruk Manlift U2-u430 Isuzu Manlift Sjm-251 Hyundai Backhoe R220lc-9sh (long Arm) Hyundai Backhoe R220lc-9s (short Arm) Lonking Backhoe Cdm 6085 Lonking Backhoe Cdm 6225 Lonking Backhoe Cdm 6235 Lonking Skid Loader Cdm 307 Liugong Skid Loader 355a Hyundai Crane Truck Saa-3410 Isuzu Traviz D3k550 Isuzu Traviz D3k548 Suzuki Carry Utility Van G4e047 Suzuki Carry Pick-up G3z374 Suzuki Carry Uv 20102 3 Drums Hydraulic Oil 10/68 3 Drums Diesel Engine Oil 15w40 1 Drums Gear Oil #140 3 Pails Grease #2/#3 Approved Budget Of The Contract (abc) Inclusive Of Vat 233,000.00 Award Of Contract Shall Be Made To Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Specifications And Other Terms And Conditions Stated Herein. Prospective Bidders Shall Accomplish And Submit The Duly Price Quotation Form (pqf) Not Later Than 3 Calendar Days Upon Publication At Bac Secretariat At The General Services Office (gso) 2nd Floor Sjc-government Building. Use Of Forms Other Than The Attached Sjc-lgu Prescribed Rfq Is Not Acceptable. Sjc-lgu Condition Of Sale: 1. Delivery Schedule: Fifteen (15) Calendar Days From Receipt Of Approval Po/ntp 2. Delivery Site: General Services Office – Local Government Unit – San Jose City, Nueva Ecija 3. Bid Validity: Sixty (60) Calendar Days From Submission Of Bid Interest Supplier/service Provider Is Required To Submit The Following Documents: 1. Valid Mayor's Business Permit; 2. Bir Certificate Of Registration; 3. Dti Registration (sec Registration For Corporations); 4. Valid Philgeps Registration; 5. Income/ Business Tax Return; 6. Payment Form 0605; And 7. Omnibus Sworn Statement 8. Valid Tax Clearance Certificate Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative. The Penalty For Late Deliveries Is One Tenth (1/10) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Price. Once The Cumulative Amount Of Liquidated Damage Reaches Ten Percent (10%) Of The Contract Price, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sjc-lgu Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd) Esteban C. Valdez, Jr. Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 233 K (USD 3.9 K)

FEDERAL HIGHWAY ADMINISTRATION USA Tender

Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Bid – Plans And Specifications Are Not Available. this Notice Is Being Issued To Determine If There Is Sufficient Interest From Qualified Prime Contractors Who Are Small Businesses, Hubzone Small Businesses, Woman Owned Small Business Concerns, 8(a) Small Businesses, Or Service Disabled Veteran-owned Small Businesses And Who Intend To Submit A Bid For This Solicitation To Allow For A Set-aside In One Of These Programs. Interested Businesses Must Submit The Following By E-mail To Cflacquisitions@dot.gov (attn: Laura Vallejos) For Receipt By Close Of Business (2 P.m. Local Denver Time) On February 7, 2025. (1) A Positive Statement Of Your Intention To Submit A Bid For This Solicitation As A Prime Contractor; (2) A List Of All Confirmed Socioeconomic Categories (i.e., 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwosb, Or Wosb Status) That Apply To Your Business; (3) A Letter From A Bonding Agent Stating Your Firm’s Capability To Bond For A Single Project Of $5 Million, And Your Firm’s Aggregate Bonding Capacity; And (4) Provide A List Of Road Construction Projects Of Equal Or Greater Value And Scope To The Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge Project In Which You Performed Project In Which You Performed Work Similar In Scope. Do Not Send Information On Projects That Do Not Include The Above Work. the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc. Refer To The Code Of Federal Regulations 13 Cfr 121.103 For Information On How The Sba Determines Affiliation And 13 Cfr 121.108 Regarding The Penalties For Misrepresentation Of Size Status. All Firms Should Be Certified In The System For Award Management (sam) Located At Https://www.sam.gov/ project Details: Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge the Project Is Located Along Veterans Lake Trail Within The Chickasaw (chic) National Recreation Area (nra) In Murray County, Oklahoma. The Proposed Improvement Is To Replace A Pedestrian Trail Bridge That Was Removed By A Tornado April 2024. The Existing Bridge Has Been Found In Veterans Lake And Will Need To Be Removed As Well. The Existing Abutments Are Intact; However, Some Of The Anchor Bolts Are Bent And The South Abutment Is Cracked. constructing The New Bridge Includes Repairing The Existing Abutments That Would Be Reused To Support The Replacement Bridge, Repairing The Minor Masonry Structure, And Installing An Approximately 130-foot-long And 6-foot-wide Prefabricated Pedestrian Bridge. The Replacement Bridge Would Be A Prefabricated Steel Truss Bridge With A Timber Deck, Similar In Appearance To The Original Structure. Construction Staging Would Occur At The Existing Parking Lot At The North End Of The Dam And Access Provided Via The Existing Trail. removal Of The Existing Bridge From Veterans Lake Would Likely Involve Floating The Structure To The Parking Lots On The East Side Of The Lake And Lifting It Via Crane. The Bridge Would Then Be Appropriately Disposed Of. Two Parking Lots Would Be Utilized As Staging Areas And Provide Access For The Bridge Removal Process. principal Work Items: approximate Quantities For Major Work Items: 1 (lpsm) Of Removal Of Bridge (steel Truss Pedestrian Bridge) 1 Cuyd Of Removal Of Concrete (abutment) 200 Lbs Reinforcing Steel 1 (lpsm) Pre-fabricated Steel Bridge (modular Steel Pedestrian Bridge) 1 Cuyd Concrete it Is Anticipated This Project Will Be Advertised In Spring 2025 And Be Under Construction In The Summer Of 2025. The Project Has An Estimated Completion Date Of June 2026. due To Weather, No Onsite Work Is To Occur From Early March To Early May. estimated Cost Range: the Estimated Price Range Of The Project Work Is Between $2,000,000 And $5,000,000.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
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.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: The Us Army Corps Of Engineers Will Be Hosting Two (2) Industry Days For The Albeni Falls Dam Replacement Spillway Gates Project. One Will Be Held Virtually And One On Site. Below Contains The Information For Both Days. location: Virtual. Zoom Information Provided Below. date: 29 January 2025 time: 10:00 Am To 12:00 Pm Pst location: Onsite. Location Information Provided In Attachment 1. The Onsite Visit Is Restricted To Two Personnel Per Company. Follow Pre-registration Steps Provided Below. date: 30 January 2025 time: 10:00 Am To 2:00 Pm Pst project Description: the Seattle District, U.s. Army Corps Of Engineers Has A Requirement To Replace Existing Steel Spillway Gates At Albeni Falls Dam (afd), Oldtown Idaho. Afd Is A Concrete Gravity Structure Consisting Of Two Main Sections, The Spillway And Powerhouse. The Spillway With A Total Of 10 Spill-bays, Which Are Controlled By 32 Feet High By 41 Feet Wide Vertical Steel Lift Gates. These Gates Consist Of An Upper And Lower Leaf. One Additional Gate Is Available With Each Leaf Being Stored At The Top Of A Maintenance Slot To Be Used During Emergencies Or When Maintenance Is Required On Another Gate. The Gates Underwent Inspection In 2012 Which Identified Repairs And Maintenance That Were Needed To Ensure That The Gates Are In Good Operating Condition. A Contract Was Awarded In 2022 For The Repair And Maintenance Of The Gates. However, The Rehabilitation Efforts Will Be Stopped After The Return Of The First Rehabilitated Gate Has Been Returned To The Dam. The Project Is Seeking To Fabricate Replacement Gates. Replacement Spillway Gates Components Include: fabricate Minimum Three (3) And Maximum Eleven (11) New Vertical Lift Steel Spillway Gates Offsite including Paint, Non-destructive Testing (ndt), Seals And Seal Heaters, Cathodic Protection, Wheels, Dogging And Latching Mechanisms. fabricate Two (2) New Lifting Beams For New Spillway Gates. including Paint, Ndt, And Three (3) Electric Gear Motor Driven Actuators For Latching And Dogging Mechanisms On Lifting Beam And Gates. mobilize/demobilize A Crane To Transition Each Leaf Of The Gate(s) To A Designated Location In The Vertical Position For The Operating Project To Transfer And Install The Gate Into The Designated Slot With The Project Intake Gantry Cranes. Provide Fixture To Hold Gate Leaf In Vertical Position. retrieve The Existing Gates From The Designated Location For Removal And Disposal Of The Existing Spillway Gates. verify The New Spillway Gate, Lifting Beam Equipment, And Electrical Features Are Properly Fitted And Tested. delivery Of New Fabricated Gates Need To Be Staged And Scheduled So That Usace Dam Operations Are Not Impacted. the Contract Solicitation And Award Is Planned In Fy26 For The First 3 Gates. The Remaining 8 Gates Will Be Optional Award Items To The Contract With Anticipated Award In The Subsequent Years. the Anticipated Naics Code May Be 332312, Fabricated Metal Product Manufacturing (supply). Or Naics Code Is 237990, Other Heavy And Civil Engineering, Construction. the Proposed Project Is Anticipated To Be A Competitive, Firm-fixed-price Contract To Be Procured In Accordance With The Federal Acquisition Regulation (far) Part 15 (contracting By Negotiation), Using The Tradeoff Process To Acquire Gates In The Most Expeditious Manner Possible. the Virtual Industry Day Event Will Take Place On 29 January 2025 At 10:00 Am Pdt Via Zoom. Below Is The Link To Register In Advance For This Webinar. https://boisestate.zoom.us/webinar/register/wn_bl_wtmhztsezxzhazwle8q after Registering, You Will Receive A Confirmation Email Containing Information About Joining The Webinar. you Must Pre-register To Attend This Onsite Industry Day By Submitting The Attached Rsvp Form In An Email To Jeannette Patton, Contract Specialist, At Jeannette.k.patton@usace.army.mil And Daisy Douglass, Project Manager, At Daisy.p.douglass@usace.army.mil, And Reference The Albeni Falls Dam Spillway Gate Replacement Project Onsite Industry Day In The Subject Line. Rsvp By 22 January 2025 At 4:00 Pm Pst. Required Personal Protective Equipment For The Onsite Visit Includes Safety Vest And Boots/safety Shoes. If Attendee Is A Foreign National, This Information Must Be Provided By 17 January 2025 At 4:00 Pm Pdt. Late Respondents, Those Not Pre-registered, Or Those Not Providing The Correct Information Will Not Be Granted Access To The Site. Participation Is Limited To Two Representatives From Each Interested Entity. The Slide Deck And Attendance Participation Will Be Available After Both Industry Days Via Sam.gov. attending The Site Visit Day Is Highly Recommended Since It Is Unlikely That An Additional Site Visit Will Be Offered Until The Solicitation Period. in-processing Begins For All Vendors At The Main Entrance. When You Approach Gate 1 (marker 2), You Will Be Required To State That You Are Attending The “afd Spillway Gate Replacement Industry Day”. At Marker 2, You Will Use The Pedestal Call Box To Contact The Administrative Assistant At The Extension Listed On The Plaque. Your Name Will Be Checked Against The Pre-registered Attendees’ List And You Will Then Be Directed To Drive To The Main Parking Lot, Between Markers 2 And 3, Where You Will Park Your Vehicle For The Entirety Of The Site Visit. At Gate 2 (marker 3), You Will Be Required To Present Photo Identification And Afd Staff Will Direct You To The Conference Room For The Safety Briefing And Project Overview Prior To Proceeding Out To The Project Site. Your Safety Gear Will Be Inspected Before Entry Into Any Additional Areas. the Following Documents Are Attached In Support Of This Special Notice. attachment 1-location Information For Onsite Industry Day attachment 2- Questions From Usace To Industry Regarding The Afd Spillway Gate Replacement attachment 3- Rsvp Form if You Would Like To Provide Feedback For Consideration On The Documents, Please Provide Them By Email To: Jeannette Patton, Contract Specialist, At Jeannette.k.patton@usace.army.mil By 6 February 2025, 12:00 Pm Pst. small Business Program Inquiries: enshane Hill-nomoto: Enshane.nomoto@usace.army.mil https://www.nws.usace.army.mil/business-with-us/small-business/ thank You For Your Interest In This Usace Project. 1/7/2025: Amendment 1 - Remove Set Aside Requirement. 1/10/25: Amendment 2 - Add A N To Contract Specialist Name In The Description Section. The Correct Spelling Is Jeannette Patton Email @ Jeannette.k.patton@usace.army.mil
Closing Date29 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Items the Purpose Of This Modification It To Provide Answers To Vendor Questions, Include Salient Characteristics, Remove Reference To Far 52.219-14, Include Vaar Clause 852.219-75 In Full Text, And Clauses And Ordering Language Far 52.216-18, And 52.216-19. answers To Vendor Questions previous Contract Details: Could You Share The Name Of The Previous Contract Holder Who Provided These Services Or The Solicitation Number? answer:â  Itamar backlog Timeline: Is There A Specific Deadline For Clearing The 903-study Backlog, Or Should We Plan To Complete It As Soon As Possible After Contract Award? answer: As Soon As Possible.â  volume Requirements For Option Years: The Base Year Specifies 1,800 Studies (in Addition To The 903 Backlog). Could You Confirm That Each Of The 4 Option Years Will Require 900 Studies Annually, As Indicated? answer: This Is The Average That We Calculated Every Year. evaluation Criteria Weighting: Are The Evaluation Criteria (technical, Past Performance, Price) Weighted Equally, Or Are Certain Areas Prioritized? answer: Yes, It Is Weighted Equally start Date: Could You Confirm The Anticipated Contract Start Date Following Award? answer: February 15, 2025. equipment Specifications: The Solicitation Mentions The Use Of Watchpat Or Equivalent Devices. Would Devices From Other Manufacturers That Meet Or Exceed The Required Specifications Be Acceptable?â  answer:â  Any Equal Devices Must Be Compatible With Somnoware.â  This System Is Already Setup In Place And Works With The Watchpat Devices. invoicing Frequency: The Solicitation Mentions Electronic Submission Of Invoices, But It Does Not Specify The Required Invoicing Frequency. Would It Be Acceptable To Submit Invoices More Frequently Than Every 30 Days, Such As Weekly, Bi-weekly, Or After A Specific Number Of Studies Have Been Completed (e.g., 100 Or 200 Studies)?  30 Days Is Acceptable. answer:  invoicing Monthly In Arrears (30 Days Is Acceptable). this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 17, 2025. this Solicitation Is Set-aside For Sdvosb. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621610, With A Small Business Size Standard Of $19 Mil. the Fsc/psc Is Q403. the Carl Vinson Vamc, Located At 1826 Veterans Blvd, Dublin, Ga Is Seeking To Purchase Home Sleep Apnea Testing Interpretation Services. all Interested Companies Shall Provide Quotations For The Following Services: services item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 remote Watchpat Test Interpretation Services contract Period: Base local Stock Number: Cs2116051 1800.00 ea 0002 watchpatâ® One Direct Program contract Period: Base local Stock Number: Cs2117002 1800.00 ea 0003 clear Back Log contract Period: Base local Stock Number: 903.00 ea base Year item Number description Of Supplies/services quantity unit unit Price amount 1001 remote Watchpat Test Interpretation Services contract Period: Option 1 local Stock Number: Cs2116051 900.00 Ea 1002 watchpatâ® One Direct Program contract Period: Option 1 local Stock Number: Cs2117002 900.00 Ea option Year 1 item Number description Of Supplies/services quantity unit unit Price amount 2001 remote Watchpat Test Interpretation Services contract Period: Option 2 local Stock Number: Cs2116051 900.00 Ea 2002 watchpatâ® One Direct Program contract Period: Option 2 local Stock Number: Cs2117002 900.00 Ea option Year 2 item Number description Of Supplies/services quantity unit unit Price amount 3001 remote Watchpat Test Interpretation Services contract Period: Option 3 local Stock Number: Cs2116051 900.00 Ea 3002 watchpatâ® One Direct Program contract Period: Option 3 local Stock Number: Cs2117002 900.00 Ea option Year 3 item Number description Of Supplies/services quantity unit unit Price amount 4001 remote Watchpat Test Interpretation Services contract Period: Option 4 local Stock Number: Cs2116051 900.00 Ea 4002 watchpatâ® One Direct Program contract Period: Option 4 local Stock Number: Cs2117002 900.00 Ea option Year 4 statement Of Work itamar Medical Interpretation Service general: This New Urgent Request Is Due To A Current Backlog Of 903 Sleep Study Consults For The Home Sleep Studies That Have Not Been Read. The New Service Request Will Include Having The Company Not Only Provide The Interpretation Service, But They Will Also Send Out The Equipment To The Veterans And Interpret The Study Once It Is Returned To Them. They Will Maintain The Upcoming Studies And Close Out Timely. equipment Description: This Is An Interpreting Service That Will Send Out Home Study Kits For The Veterans To Use At Home. Once The Kit Is Returned To The Company, They Will Interpret The Study And Then Provide Cpap/bipap Machines To The Veteran If Ordering Is Required. performance Requirements: The Interpreting Service Will Directly Send Out The Home Sleep Study Kits To The Veterans. Once The Kits Are Returned To The Service And Study Interpreted The Veteran Will Receive Machines As Needed If Provider Orders The Equipment. contract Performance Monitoring: the Government Reserves The Right To Monitor Services In Accordance With Performance Requirements. cloudpat Website Enables The Interpreting Physician As Well As The Sleep Technologist To Access Sleep Studies And Prescriptions. days And Hours Of Operation: all Work Required In The Performance Of This Contract Shall Be Performed During The Hours Of Monday Saturday 24/7 And Reports/results Should Be Returned Within 48 Hours After Test Have Been Uploaded. the Watch Pat Studies Are Interpreted By Board Certified Sleep Physician. purchase Is Good Until All 903 And Any Plus Studies Have Been Performed And Interpreted (meaning No Expiration On Interpretation Services) the Interpretation Will Include: diagnosis therapy Prescription If Needed this Will Provide A Proficient Solution For The Backlog Of Patients Requiring Sleep Studies. termination Of Service: The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. security: the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. ~end Of Sow~ similar Services/items Should Be Compatible To And Meet Or Exceed Similar Items Produced By Zoll Itamar Surgical And Meet The Below Salient Characteristics: 7 Channels With 4 Respiratory Indices 89% Correlation To Psg1â â  accurate Diagnosis With True Sleep Time And Sleep Staging approved Measure In The 2017 Aasm Hsat Clinical Practice Guidelines must Be Compatible With Somnoware Software. place Of Performance address: Carl Vinson Vamc 1826 Veterans Blvd dublin, Ga postal Code: 31021 country: United States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-2, Evaluation-commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services [nov 2023] Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: vaar 852.201-70 Contracting Officer S Representative (dec 2022) vaar 852.203-70 Commercial Advertising May 2018 vaar 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (jan 2023) (deviation) vaar 852.223-71 Safety And Health (sep 2019) vaar 852.232 72, Electronic Submission Of Payment Requests vaar 852.242-71 Administrative Contracting Officer (oct 2020) far 52.252-2 Clauses Incorporated By Reference (feb 1998) far 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020) far 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-18 Commercial And Government Entity Code Maintenance (jul 2016) far 52.228-5 Insurance Work On A Government Installation (jan 1997) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013) cl-120 Supplemental Insurance Requirements far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: [52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, And 52.242-5.] all Quoters Shall Submit The Following: adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Description/specifications And Work Statement, And A Complete 852.219-75 - Attachment 2 Limitations On Subcontracting all Quotes Shall Be Sent To The Darius Crane, Nco 7 Contracting Officer Email Darius.crane@va.gov. Not Later Than 02/11/2025 15:30 Eastern Time. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: technical Adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Statement Of Work, past Performance - Utilizing Cpars, And price - The Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, And Conditions. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â  (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 90 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (e)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (f)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (g)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. (h)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (i)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7, System For Award Management (oct 2018) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.233-2, Service Of Protest (sept 2006) 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71, Alternate Protest Procedure (oct 2018) to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 02/11/2025 15:30 Eastern Time Via Email To Darius.crane@va.gov. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Received By January 29, 2025, Nlt 12:00 Pm Est And Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. darius Crane contracting Officer darius.crane@va.gov
Closing Date11 Feb 2025
Tender AmountUSD 484.3 K 
This is an estimated amount, exact amount may vary.

Province Of Davao Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Davao Oriental Bids & Awards Committee City Of Mati Invitation To Bid The Provincial Government Of Davao Oriental Through Its Bids And Awards Committee (bac), Invites Licensed Contractors To Bid For The Hereunder Project: Name Of Project : Construction Of Lupon Waterfront Park Location : Brgy. Central, Lupon, Davao Oriental Project Description : Fence, Seawall, Wave Deflector, Gates, Landscape, Comfort Room, Guardhouse Approved Budget For The Contract : Php 29,999,575.34 Completion Period : 250 Calendar Days Source Of Fund : Dbp Loan Minimum Equipment Required : 1 Unit – Bulldozer; 1 Unit - Dump Truck ; 1 Unit – Backhoe; 2 Units – Jack Hammer; 1 Unit – Motorized Road Grader, G710a; 1 Unit – Vibratory Roller; 1 Unit – Water Truck; 1 Unit – Bar Cutter; 1 Unit – Bar Bender; 1 Unit – Truck Mounted Crane; 1 Unit – Vibro Hammer (hydraulic Operated); 1 Unit – Welding Machine; 1 Unit – Cutting Outfit; 1 Unit – Gen Set ; 2 Units – One Bagger Mixer; 2 Units – Concrete Vibrator; 1 Unit - Oxy/acetylene Cutting Outfit W/ Acc.; 1 Unit – Plate Compactor Technical Personnel Required : 1 – Project Manager, 1-project Engineer, 1 – Material Engineer, 1 – Safety Engineer, 1 – General Foreman Prospective Bidders Should Have A Pcab License With An Experience In Undertaking A Similar Project Within The Last 10 Years. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary “pass/fail” Criteria As Specified In The Implementing Rules And Regulations (irr) Of 9184. Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Bidding Documents. All Bids Must Be Accompanied By A Bid Security In The Following Form And Amount In Pesos Or An Equivalent Amount In A Freely Convertible Currency. Form Of Bid Security - Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank (2% Of Abc) Minimum Amount - P 599,991.51 Form Of Bid Security - Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank. Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank ( 2% Of Abc) Minimum Amount - P 599,991.51 Form Of Bid Security - Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security (5% Of Abc) Minimum Amount - P 1,499,978.77 Form Of Bid Security - Bid Securing Declaration The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 28 To February 17, 2025 2. Pre-bid Conference February 6, 2025 3. Deadline For Submission Of Bids February 18, 2025 - 2:00pm 4. Opening Of Bids February 18, 2025 - 2:00pm The Bac Will Issue Eligibility And Bidding Documents Upon Payment Of A Non-refundable Amount Of P 25,000.00 To The Provincial Treasurer’s Office. The Provincial Government Of Davao Oriental Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Davao Oriental Pursuant To Section 41.1 Of The Irr Of Ra 9184 As Reiterated Codes 5.9 Of Dbm Circular Letter No. 2010-a, Dated December 30, 2010 Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Irah Marie R. Venus Head, Bac Secretariat Capitol Hill, Mati, Davao Oriental Email Add: Dvo_bacsecretariat@yahoo.com Freddie C. Bendulo, Reb, Mmrem, Mpa Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Bridge Construction
United States
Description: The U.s. Army Corps Of Engineers, New England District Is Issuing A Sources Sought Announcement For Repairs To The Breakwater In Bar Harbor, Maine. This Announcement Is To Determine The Interest, Availability, And Capability Of Small And Large Business Concerns For This Project. The Naics Code For This Procurement Is 237990 With A Size Standard Of $45m. The Contract Solicitation Is Planned To Be Issued In The Fall Of 2025 With Construction To Take Place Over An 8-month Period Beginning In The Spring Of 2026. The Estimated Construction Cost Is Between $10,000,000 And $25,000,000. the Proposed Work Consists Of Repairing The Rubblemound Breakwater Which Extends Approximately 2400 Feet Southwest From Bald Porcupine Island And Across Porcupine Dry Ledge Towards Mount Desert Island. Bald Porcupine Island Is Located About One Mile Southeast Of The Main Bar Harbor Waterfront On Mount Desert Island. The Work Includes Dismantling, Removing, Stockpiling, Reworking And Reinstalling Existing Armor Stone As Well As Acquiring And Installing New Armor In The Breakwater Repair Areas. The Repaired Areas Must Be Properly Interlocked And Be Within Specified Design Tolerances. the Breakwater Is About 2400 Feet In Length, However, The Repair Area Will On Encompass The 750-foot Section Between Bald Porcupine Island And Porcupine Dry Ledge (repair Zone 1), As Well As, 700 Feet Of The Breakwater Beyond Dry Ledge (repair Zone 2). The Repairs Will Restore The Structure To A Design Top Elevation Of +11.4 Feet At Mean Lower Low Water (mllw), With A Crest Width Of 10 Feet. Repair Zone 1 Will Have Slopes Of 1.5:1 And In Repair Zone 2 The Slopes Will Be 1:1 Leeward And 1.5:1 Seaward. The Breakwater Was Initially Constructed Between 1889 And 1917 And No Repairs Have Occurred Since Construction Was Completed. The Breakwater Protects An Anchorage And The Wharves In Bar Harbor From Easterly And Southeasterly Swells. The Protected Area Is Used By Cruise Ships, Commercial/charter Fishing Boats, And Recreational Vessels. Bald Porcupine Island And Porcupine Dry Ledge Are Uninhabited And Are Owned By The National Park Service. repair Zone 1, Between Bald Porcupine Island And Porcupine Dry Ledge, Is Comprised Of 3 To 10-ton Armor Stone And Is In Poor Condition. An Estimated 8,400 Tons Of New 6 To 10-ton Armor Stone Will Be Needed To Repair This Breakwater. repair Zone 2, Southwest Of Porcupine Dry Ledge, Is Comprised Of 3 To 10-ton Armor Stone And Is In Fair Condition. An Estimated 4,600 Tons Of New 6 To 10-ton Armor Stone Will Be Needed To Repair This Breakwater. new 6 To 10-ton Armor Stone Will Also Be Required To Repair About Six Small Areas Outside Repair Zone 1 And 2. some Relevant Information For The New Armor Stone: new Armor Stones Sizes: 6-10 Tons new Stone Unit Weight: At Least 162 Pounds Per Cubic Foot. A Six Ton Stone Is Approximately 5ft X 5ft X 3ft And A 10 Ton Stone Is Approximately 6ft X 5ft X 4ft. maximum Aspect Ratio (greatest Dimension:least Dimension): Not Greater Than 3:1. new Stone Shape: Irregular And Angular. No Slabs, Rounded Stones Or Wedged-shaped Stones. lab Testing Required: Specific Gravity, Unit Weight, Absorption, And Freeze/thaw. field Testing Required: Drop Test. specific Work Tasks Are Intended To Reconstruct Severely Deteriorated Areas Of The Breakwater To Its Authorized Dimensions. These Tasks Include The Recovery And Resetting Of Displaced Armor Stone, And Delivery And Installation Of Approximately 10,000 To 14,000 Tons Of New 6 To 10-ton Armor Stone. Existing Gaps In The Structures Will Be Filled, And The Structures Brought Up To Their Design Elevations, Crest Widths And Slopes. Repairs Will Require Substantial Moving And Rehandling Of Existing Stones To Obtain The Required Interlocking Placement And Construction Tolerances. the Completed Repairs Will Provide A Crest Width Of 10 Feet And Crest Elevation Of 11.4 Feet At Mllw. Repair Zone 1 Will Have Slopes Of 1.5:1 And In Repair Zone 2 The Slopes Will Be 1:1 Leeward And 1.5:1 Seaward. Given The Nature And Characteristics Of This Structure, It Is Anticipated That All Repair And Improvement Construction Activities Will Have To Be Performed From Marine Based Plant. Access To The Breakwater By Land Is Unavailable And No Work Should Be Completed From The Crest Of The Breakwater. Environmental Coordination And Permitting Is Being Completed By The U.s. Army Of Engineers, New England District. Low Tide Water Depths In The Vicinity Of The Structure Range From 12 To 50 Feet, And The Average Tidal Range Is Approximately 11 Feet. No Spudding Or Anchoring Into The Existing Structure Is Permitted. the U.s. Army Corps Of Engineers, New England District Is Looking For Responses To The Questions Below From Both Small And Large Businesses: what Constructability Challenges Does Industry Identify With Delivery Of Stone And Staging, Considering No Staging Options Are Available On Site? what Constructability Challenges Does Industry Identify With Performing The Work, Considering Difficulty Accessing The Structure, Water Depths, Large Tidal Range, And Weather Conditions? what Constructability Challenges Does Industry Identify With Constructing Side Slopes Of 1h:1v From A Marine Based Plant? what Constructability Challenges Does Industry Identify With Re-handling Stone That Is Covered In Algae/barnacles (see Photos)? what Constructability Challenges Does Industry Identify With Obtaining Enough Stone From Quarries (assumes Award In Late November And Start Around April)? would Industry Benefit From A Site Visit If Organized By The Government? Responses Will Determine The Likeliness Of This Happening. draft Drawings Showing A Concept Design Plan, Cross Sections, Photographs, And A Draft Specification Section 01 11 00 Summary Of Work Are Included To Help Provide More Context For Responses To Questions. interested Firms Should Submit A Capabilities Package To Include The Following: Business Classification (i.e. Hubzone, Etc.), Answers To Questions Above, Type Of Equipment The Firm Is Proposing To Use On The Project, Two (2) Example Projects Performed By The Firm In The Last Ten (10) Years (including Points Of Contact For Those Projects) Showing Experience With The Proposed Equipment And Stone Size Handled For Each Project, And Bonding Capacity. Please Indicate The Team Subcontractor(s) (if Any), Including Their Prior Experience And Qualifications Meeting The Same Qualifications Listed Above, Which Will Be Used To Support The Bidder's Effort. Firms May Use Subcontractor Experience To Demonstrate Experience With The Requirements, But The Role And Work Performed By Each Team Member (prime And Subcontractors) On Projects Demonstrating That Team Member's Experience Shall Be The Same As The Role For That Team Member For This Project. Responses Should Include Experience Of Foreman And Crane Operators Working On Stone Structures. Bid Bond Will Need To Be Provided With The Bid. responses Are Limited To Twenty Pages And Due By January 24, 2025. Responses Should Be Emailed To: kayla.gonsalves@usace.army.mil the Government Will Not Pay For Any Material Provided In Response To This Market Survey Nor Return The Data Provided. This Notice Is For Information Purposes Only And Is Not A Request To Be Placed On A Solicitation Mailing List Nor Is It A Request For Proposal (rfp) Or An Announcement Of A Solicitation. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. government Agency Url: Www.nae.usace.army.mil government Agency Url Description: New England District, Corps Of Engineers
Closing Date24 Jan 2025
Tender AmountRefer Documents 

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description Item: 1 Qty: 7 Unit: Set Unit Cost: 127,000 Php Total Cost: 889,000 Php Description: Dental Hand Instruments Inclusions: 1. 1 Pc Upper Incisors (a300-e007/150) 2. 1 Pc Upper Roots, Deep (a300-e051/65) 3. 1 Pc Upper Molar, Left (a300-e018/18l) 4. 1 Pc Upper Molar, Right (a300-e017/18r) 5. 1 Pc Upper Molar, L&r (a300-e067/210) 6. 1 Pc Lower Incisors, Pm (a300-e08/203m) 7. 1 Pc Lower Molar (a300-e087/16) 8. 1 Pc Lower Roots (a300-e031m/44) 9. 1 Pc Lower Univ. Molar (a300-e021/17m) 10. 3 Pcs Molt, Buser, Mead (ae-543, Ae-201, Ae-520) 11. 2 Pcs Prichard & Currette (ae-200, Ae-608) 12. 2 Pcs Scalpel & Scissor (ae-063, Ae-107) 13. 3 Pcs Barbed Elevators (ae-055, Ae-,056 Ae-057) 14. 2 Pcs Hemostatic Forceps (ae-111, Ae-110) 15. 2 Pcs Cryer Elevator (ae-221, Ae-222) 16. 2 Pcs Allis & Tissue Forceps (ae-016, Ae-217) 17. 2 Pcs Miller Elevator (ae-261, Ae-262) 18. 3 Pcs Mallet, Chisel (fl-036, Do-711b, Do-711m) 19. 2 Pcs Crane Elevator (ae-301, Ae-302) 20. 3 Pcs Adson, Min, Russia (ae-511, A360-e010, Ae-303) 21. 3 Pcs Apex Elevator-lsr (ae-236, Ae-011, Ae237) 22. Pcs Kelly/needle Holder (ae-135, Ae-219) 23. 2 Pcs Bone Ronguer & File (ae-415, Ae-772) 24. 1 Pc Instrument Carrying Organizer 25. 1 Pc Pedo Upper Incisor Forcep (a200-ep111) 26. 1 Pc Pedo Upper Molar Forcep (a200-ep115m) 27. 1 Pc Pedo Lower Incisor Forcep (a200-ep170m) 28. 1 Pc Pedo Lower Molar Forcep (a200-ep160m) 29. 1 Pc Mouth Gag (aep-038) 30. 1 Pc Pedo Elevator (aep-052) 31. 1 Pc Pedo Luxator (aep-011) 32. 1 Pc Mouth Mirror (a365-ep425m) 33. 1 Pc Gum Separator (a155-ep425m) -with Metal Box Organizer Xxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxx >>>>> Grand Total: 889,000.00 Php Requirements Upon Quotation: The Following Documents Must Be Attached Upon Submission In The Procurement Office: A. Non-platinum Member; 1. Philgeps Registration Number; 2. Updated Mayor's Permit 3.updated Or Valid Tax Clearance 4. Latest Income Tax Return (for Abc 500,000.00) B. Platinum Member; 1. Updated Platinum Philgeps Certificate (mayor's Permit & Tax Clearance Under Annex A Must Be Valid, If Not, Must Attach An Updated One) 2. Latest Income Tax Return (for Abc 500,00.00) Note: The Winning Bidder Shall Submit Another Copy Of Each Of The Above Documents Once Awarded Including The Following Document: 1. Secretary's Certificate (for Corporation); 2 Copies 2. Special Power Of Attorney (for Sole Proprietorship) If Applicable; 2 Copies 3. Omnibus Sworn Statement (original Copy And Duly Notarized) ; 2 Copies After Filling This, Please Return To Procurement Office, Gov. Celestino Gallares Memorial Medical Center, Tagbilaran City, Duly Accomplished And Must Be Returned Within Three (3) Calendar Days Upon Receipt Of This Quotation Without Delay In A Sealed Envelope. Note: Failure To Comply Will Be A Ground For Disqualification Of Bid.
Closing Date20 Jan 2025
Tender AmountPHP 889 K (USD 15.1 K)
2641-2650 of 2734 archived Tenders