Crane Tenders

Crane Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
United States
Description: Sources Sought automated Mat Casting At Richardson Landing, Tn introduction: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. the Government Is Seeking Qualified, Experienced Sources Capable Of Executing A Design Build Contract To Develop An Automated Casting Plant At Richardson Landing To Mass Produce Articulated Concrete Mattress (acm) Squares To Government Specifications Within Specific Tolerances. Squares Cast Will Be Stored On The Current Casting Field And Have Must Have A Compressive Design Strength Of 3,000 Psi At 28 Days. background: Annually, The United States Army Corps Of Engineers (usace) Mississippi Valley Division Casts Approximately 150,000 Squares Of Acm At 3 Government Furnished Locations (see Figure 1). The Acm Is Used As Revetment To Maintain Channel Stability For The Lower Mississippi River. Casting Acm Has Historically Been Provided Via Manual Labor And Cast Outdoors As Weather Permits. articulated Concrete Mattress – Current Process: an Articulated Concrete Mattress Square Consists Of 16 Individual Concrete Blocks (4 Feet X 18 Inches X 3 Inches Thick). They Are Currently Cast In Government Furnished Forms Upon A Proprietary Wire Mesh To Form An Articulated Concrete Mattress Square (4 Feet X 25 Feet X 3 Inches) That Is Used As An Assembly System For Interconnecting The 16 Concrete Blocks. A Mix Design Is Used To Acquire 3,000 Psi On A 28-day Cylinder Break. squares Of Mattress Are Cast In Stacks Of 13 That Are Neatly Aligned Vertically And By Rows (see Figure 2). One Layer Of Specified Paper Is Placed As A Separation Beneath The Bottom Square Of Each Stack And Between Each Successive Layer Of Mattress. The Current Process Requires The Wire Mesh To Be Placed On The Paper With The Cross Wires (bracket Wires) On Top Of The Longitudinal Wires. The Forms Are Then Placed Over The Wire Mesh, The Wire Mesh Drawn Up Into The Notches In The Sides And Cross Pieces Of The Forms, And Cross Rods Driven. The Central Location Of The Wire Mesh In The Form Is Very Important. Also, The Mat Surface Is Consequently Grooved To Provide Indentations Of Approximately 1/4 Inch In Depth And 1/8-inch Width. the Process Includes The Concrete Compacted To The Depth Of A Government Furnished Form By The Use Of Vibration. The Concrete Is Properly Consolidated With No Rock Pockets, Excessive Voids Or Honeycombs Visible On The Mat Surface. The Concrete Is Struck Flush With The Top Of The Forms And Given A Uniform Surface Finish And Uniform Thickness. Any Squares Not Meeting Government Furnished Specifications Are Rejected. requirements: the Contractor Shall Design And Develop A Semi-automated Casting Facility On The Grounds Of The Exiting Government Casting Yard That Can Produce A Minimum Of 50,000 Squares Per Calendar Year Per Shift With The Maximum Capability Of 150,000 Squares Annually With 3 Shifts. The Main Goals Of This Project Include: year-round, Indoor Casting Capability With No Weather-related Quality Issues During Production scalable Based On Number Of Operating Shifts reduced Touchpoints Via Automation high Quality, Increased Production, Improved Efficiency And Consistency improved Safety skilled Labor And Reduced Work Force require Fewer Forms (improved Consistency) heat/steam Curing To Reduce Cement Usage, Decrease Co2, And Higher Strength In A Shorter Timeframe modern Batching System Will Be More Efficient And Provide A Constant Mix Design eliminate The Use Of Separation Paper Between Squares the New Automated Facility Will Cast Acm Using Coarse And Fine Aggregate, Portland Cement, Fly Ash, Air-entraining Admixtures, And Calcium Chloride To Produce Articulated Concrete Squares, To Government Specifications. Squares Of Mattress Shall Be Provided In Stacks Of Up To 14 That Are Neatly Aligned Vertically And Will Be Placed In The Storage Yard In Rows By The Operational Contractor Using Government Furnished High Lift Cranes. Squares Cast Will Be Identical With Minimal Tolerance And Have Compressive Design Strength Of 3,000 Psi At 28 Days. Quality Is The Utmost Importance. Steam Curing And Other Technologies For Concrete Preparation Will Be Included While The Overall Design And Specifications Of The Mattress Will Remain The Same. the Design Of The Automated Facility Will Be Part Of The Contract And Will Ensure That The Facility Design Has Been Adequately Coordinated Between All Disciplines. Specifically, The Capacity Of The Infrastructure Within The Facility Shall Be Designed To Meet The Demands Of The Equipment Within The Facility. The Design Will Be A Two-phase Design Build Project And Will Require The Contractor To Procure Automation Equipment That Meets All “buy American” Requirements And The Design Will Meet All Required Policies For A Dod Facility. Several Of The Main Required Policies Are Listed Below: department Of Defense (2019). Unified Facilities Criteria, Facilities Criteria And Unified Facilities Guide Specifications, Mil-std-3007g. department Of Defense (2024). Dod Building Code, Ufc 1-200-01. department Of The Army (1999). Engineering And Design For Civil Works Projects, Er 1110-2-1150. department Of The Army (2024). Safety And Occupational Health (soh) Requirements, Em 385-1-1. dod Design Criteria: Https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc all Designs Shall Be In Accordance With All Local, State, And Federal Laws And Regulations. interested Firms Should Submit A Capabilities Package To Include The Following: The Prime Firm And/or Its Subcontractor(s) (hereinafter Referred To Collectively As “firm”) Shall Have Relevant Experience In Mass Production Of Casting Concrete Products. The Firm Shall Demonstrate Experience Using Pre-cast Concrete. This Experience Must Have Been Performed Within The Last Five Years. firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number And E-mail Address. firm’s Prior Experience In Pre-cast Concrete. firm’s Capability To Perform A Contract Of This Magnitude (> $20m) And Complexity. firm’s Business Size (small Business, Large Business, .etc.) And Bonding Capacity. firms Overall Approach To The Requirements Listed Above. the Firm’s Capability For Performing A Design Build Contract For The Entirety Of This Requirement (facility And Equipment). any Assumptions Or Constraints In The Overall Execution Plan. a Rough Order Of Magnitude (rom) Estimate For The Completed Project. interested Firm’s Shall Respond To This Sources Sought Announcement No Later Than 12:00pm Cst, 5 January 2025. All Interested Firms Must Be Registered In Sam. 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 Not Be Notified Of The Results Of The Evaluation.
Closing Date5 Jan 2025
Tender AmountRefer Documents 

Blue Crane Route Local Municipality Tender

Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivery Of Led Lights
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Blue Crane Route Local Municipality Tender

Civil And Construction...+1Construction Material
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivery Of Fencing Material
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny. the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York. the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation. the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny. the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows: replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements. areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations. all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out. structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required. removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced. the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator. the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main. the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane. abatement Of Hazardous Materials To Support Repair Work. the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000. interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program. responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba). all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Pre-proposal Conference Outline project 36c25524r0127, 589a5-24-105 Replace Bldg 40 Blowdown, veterans Administration Medical Center, Topeka 17 September 2024 introduction good Morning, Thank You For Taking The Time To Attend This Pre-bid Conference. today We Will First Discuss Contractual Issues, Then We Will Discuss Technical Issues, Entertain Questions, And Finally Conduct A Walk Through Of The Areas. before We Cover The Issues, Let Me First Introduce Myself And The Government Staff. co Tim Parison cor Rex Fleming alternate Cor: Thomas Dow i. Contractual Issues 1. General: project Title: Project 589a5-24-105 Replace Bldg 40 Blowdown,vamc, Topeka (b) Magnitude Of Project: Less Than $25,000 (c) Period Of Performance: 30-days After Receipt Of Notice To Proceed. Site Visit Questions Are Due In Writing To The Contracting Officer By 10:am Central Time On Thursday, 20 September 2024. The Email Address Is Listed In The Solicitation And/or An Amendment. Proposals Are Due, Tuesday 24 September 2024 At 2:00 Pm At The Nco 15 Office At 3450 S. 4th Street, Leavenworth, Kansas 66048-5014. If The Proposal Does Not Reach Our Office In Time, It Cannot Be Accepted For Any Reason. If The Proposal Is Deliverd To The Leavenworth Va Medical Center, It Cannot Be Accepted. Fax Or Electronically Sent Proposals Are Not Acceptable. The Project Is 100% Set Aside For Service-disabled Veteran Owned Small Business. The Successful Prime Contractor Will Be Required To Perform No Less Than 15 Percent Of The Construction Labor. Award Will Be Made Using The Lowest Price Technically Acceptable (lpta) Source Selection Process Outlined In Far Part 15. Please Pay Attention To The Proposal Submittal Instructions Of The Solicitation Package. The Government Plans To Award Without Discussions. offerors Must Provide A Breakdown Of Labor And Material Costs By Division For Each Bid Item In The Solicitation. Failure To Provide A Breakdown Of Labor And Materials With The Proposal Will Render The Proposal Technically Unacceptable. failure To Acknowledge Any, And All Amendments Issued To This Solicitation Shall Be Cause For Rejection Of The Offer. failure To Provide Information Is The Most Common Reason For A Proposal To Fail Technically. Offerors Are Encouraged To Read The Factors For Technical Acceptability Carefully. For Example: Under Factor 4, With Regards To The Safety Officer, The Minimum Standard For A Safety Officer Includes: Life Safety, Scaffold Safety, Osha 30, Fall Protection Training, Crane/rigging Safety And The Individual Must Have A Minimum Of 5 Years Of Experience As A Safety Officer. If Offerors Fail To Mention One Of These Standards (osha 30 As An Example), The Proposal Will Fail Technically. Offerors Are Responsible For Providing The Information Requested In The Solicitation For Both Price And Technical Factors. failure To Provide An Adequate Contractor Safety Plan Which Addresses The Minimum Standards For Compliance Under Factor 4 Can Be A Technical Failure. the Calculation Of Self-performed And/or Subcontracted Work Must Be Provided With The Contractor Proposal (bid). Failure To Provide This Will Be A Technical Failure. The Pre-award Contractor Safety And Environmental Record Evaluation Form Must Be Provided With The Proposal (bid). Failure To Provide This Information Will Be A Technical Failure. 2. Disclaimer Statements: (a) Remarks And Explanations At The Conference Shall Not Qualify The Terms Of The Solicitation. terms Of The Solicitation And Specifications Remain Unchanged Unless The Solicitation Is Amended In Writing. 3. Bonds: (a) A Bid Bond In The Amount Of 20% Must Accompany Your Proposal. (b) After Award Of The Contract A Payment Bond And A Performance Bond In The Amount Of 100% Of The Contract Value Are Due Prior To A Notice To Proceed Letter Being Issued. 4. Buy American Act: The Solicitation Is Subject To The Buy American Act, And It Generally Requires The Use Of American Made Products. Please Keep This In Mind When You Are Providing Product Submittal Data. 5. Davis-bacon Act/ Service Contract Act: All Labor Performed Under This Contract Is Subject To The Davis-bacon Act And Related Labor Laws, To Include The Payment Of At Least The Amounts Shown In The Wage Determination In The Solicitation. 6. Other Contracting Topics: (a) The Purchase Of Material For This Project Is Exempt From State Sales Tax. A Missouri Tax Exempt Certificate Will Be Issues After Contract Award. (b) The Contractor Is Expected To Maintain Insurance Coverage During The Contract Period As Directed In The Specifications. (c) Progress Payments Will Be Made No Later Than 14 Days After Receipt Of An Acceptable Invoice. (d) There Are 2 Important Submittals That We Need At Contract Start-up. They Are The Schedule Of Values, And A Construction Schedule. 6. Questions: Are There Any Questions Involving The General Provisions Of The Solicitation Pages? ii. Technical Issues The Project Engineer Will Provide An Overview Of The Project. After This, A Walk Through Of The Site Will Be Held.
Closing Date23 Jan 2025
Tender AmountUSD 347.7 K 
This is an estimated amount, exact amount may vary.

Prefecture Naval Argentina Tender

Others
Argentina
Details: Acquisition of One (1) Trainer Capacity Expansion Module and One (1) Mixed Reality (MR) Module Crane Operator Station for the Aeronautical Professional Extension Center of the Manufacturer Institution Entrol Entrenadores Olarte Sl
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Blue Crane Route Local Municipality Tender

Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply, Delivery And Install Inverter-type Air Conditioners
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Blue Crane Route Local Municipality Tender

Finance And Insurance Sectors
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Provis Ion Of Banking Services For A Period Of Five Years
Closing Date21 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Modification To Notice To Incorporate Line Item No. 3 item 3) nsn 4810-01-678-5067 valve Solenoid 27-/210 Wmec Class Cutter Ro Brine Bypass Valve mfg: Aqua-chem part Number: 917-10505-000 quantity: 10 Each the United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4320-01-617-5777 fluid Element 210/270 Class Cutter carbon Filter carbon Block Cartridge mfg: Aqua-chem part Number: Ep-20bb quantity: 100 Each item 2) nsn: 4320-01-676-9378 pump Unit Centrifugal ampco Pump Abzc2-1512-100 close Coupled 1 ½ X 1 1/1/4 Inch Flg T21 Seal -ceca Bu with 316 Ss Metalics 6.5 Inch Impeller With John Crane Model 10 Duplex Cyclone separator Model E2fsysfilt Las-01bna A00 bracket Piping And 316ss Fittings 3500 Rpm Case Niaibz, 19 Gpm 175 Tdh Pump serial Number 1710103-5-2 mfg: Aqua-chem part Number: 905-09607-000 quantity: 05 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333914 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Aqua-chem Inc. And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 18, 2025 At 10:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date19 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Announcement Is A Sources Sought Synopsis (market Survey). This Is Not A Request For Quote (rfq) Or A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Purpose Of This Sources Sought Is To Determine Interest And Capability Of Potential Businesses. The Government May Use Responses To This Sources Sought Synopsis To Make An Appropriate Acquisition Decision For This Project. the U.s. Coast Guard Surface Forces Logistics Center Is Conducting Market Research For Potential Qualified Contractors For The Dockside Of The Coast Guard Cutter (cgc) Midgett From 08 Aug 2025 To 31 Oct 2025 In Honolulu, Hi. the Cgc Midgett Is Homeported In Honolulu, Hi At 400 Sand Island Pkwy, Honolulu, Hi 96819. naics Code For This Requirement: 336611 – Ship Building And Repairing fsc Code For This Requirement: J999 – Non-nuclear Ship Repair (west) size Standard: 1,300 Employees work Items Include (but Not Limited To): fire Detection System, Inspect And Test potable Water Pneumatic Tanks, Clean And Inspect dual Point Davit, Biennial Maintenance, Perform folding Boom Cranes, Biennial Maintenance, Perform tanks (mp Fuel Service), Clean And Inspect tanks (mp Fuel Stowage And Overflow), Clean And Inspect tanks (potable Water), Clean And Inspect tanks (potable Water), Preserve (partial) tanks (potable Water), Preserve (full) tanks (ballast), Clean And Inspect tanks (ballast), Preserve (partial) tanks (ballast), Preserve 100% ac Groom fire Protection, Provide cargo Handling Elevator, Inspect And Repair grey Water Holding Tank(s) And Lift Stations, Clean And Inspect tenting (flight Deck), Provide deck Covering (slip-resistant) Flight Deck, Renew helicopter-in-flight Refueling Hose, Test if Interested Please Respond To The Attached Questionnaire Returning It Via Email To Contract Specialist Kyra May, At Kyra.l.may@uscg.mil And Cc Contracting Officer Amy Kelm, At Amy.a.kelm@uscg.mil. Please Insert - Sources Sought Response To 70z08525ip0001666 In The Subject Line. Response Deadline: 19 February 2025 At 5:00 P.m. Pacific Standard Time. no Cost Or Pricing Data Is Required. All Responsible Sources May Submit A Capability Statement, Which Will Be Considered By The Agency. the Government Intends To Advertise A Solicitation For This Project In The Future. At This Time, A Solicitation Does Not Exist; Therefore, Offers Shall Not Be Accepted. It Is The Potential Offeror's Responsibility To Monitor Https://sam.gov/ For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. no Cost Or Pricing Data Is Required. All Responsible Sources May Submit A Capability Statement, Which Will Be Considered By The Agency.
Closing Date20 Feb 2025
Tender AmountRefer Documents 
2721-2730 of 2799 archived Tenders