Fabrication Tenders
Fabrication Tenders
Royal Canadian Mounted Police - RCMP Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Proposed Procurement (npp) Title: Living Quarters Site Set Up Project - Little Grand Rapids, Mb Solicitation Number: M5000-24-4548/b Description: .1 Work Of This Contract Comprises The Site Preparation Including Construction Of Structural Foundations, Underground Site Services And Associated Mechanical, Plumbing And Electrical Work Required For The Transport, Placement And Installation Of A Prefabricated Living Quarters Building As Described On Drawings And Specification In Little Grand Rapids, Mb. .2 Work Related To Fabrication, Transport And Physical Placement Of The Prefabricated Living Quarters Building Is Not In Contract And To Be Completed By Others. Contractor Under This Work Is To Prepare The Site As Specified In Contract Documents Prior To Transport And Installation Of Building On Site And To Connect Building Services After The Building Has Been Delivered To Site And Placed On The New Structural Foundation. The Contractor Must Perform And Complete The Work By 2026 March 31st. This Is A First Phase (phase One) Of A Two-phase Competition: The First Phase Will Pre-qualify Bidders Based On Mandatory Requirements As Per The Attached Request For Qualifications; Second Phase (phase Two) Will Invite The Qualified Bidders To Provide A Financial Bid On The Project Based On The Specifications And Drawings. The List Of Pre-qualified Bidders Resulting From Phase One Will Be Valid For A Period Of 60 Days Upon Notification Of Meeting The Mandatory Requirements Or Upon Award Of Contract In Phase Two Whichever Comes First. No Further Request For Qualifications Will Be Published For This Solicitation. There Is A Security Requirement Associated With The Requirement. Refer To The Attached Tender Documents To Obtain Further Information. Canada Retains The Right To Negotiate With Any Supplier On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. The Rcmp Has Adopted The Integrity Regime Administered By Public Services And Procurement Canada. As A Result, The Integrity Provisions Are Being Applied In Rcmp Contracting Activities As Outlined In This Solicitation. Canada Will Make Available Notices Of Proposed Procurement (npp), Bid Solicitations And Related Documents For Download Through The Government Electronic Tendering Service (gets) At Https://canadabuys.canada.ca/en/tender-opportunities . Canada Is Not Responsible And Will Not Assume Any Liabilities Whatsoever For The Information Found On Websites Of Third Parties. In The Event An Npp, Bid Solicitation Or Related Documentation Would Be Amended, Canada Will Not Be Sending Notifications. Canada Will Post All Amendments, Including Significant Enquiries Received And Their Replies, Using Gets. It Is The Sole Responsibility Of The Bidder To Regularly Consult Gets For The Most Up-to-date Information. Canada Will Not Be Liable For Any Oversight On The Bidder’s Part Nor For Notification Services Offered By A Third Party. Indigenous Procurement: The Federal Indigenous Business Directory (ibd) Is An Online Resource For All Levels Of Government And The Private Sector To Identify Indigenous Business Capacity. Having A Business Profile In The Ibd Will Increase Your Company’s Visibility And May Provide Additional Business. A Profile In The Ibd Can Also Allow You To Compete For Federal Government Contracts That Are Set-aside For Indigenous Businesses Through The Procurement Strategy For Indigenous Businesses. For More Information And To Review Eligibility Criteria And Register, Visit: Www.canada.ca/indigenousbusinessdirectory.
MUNICIPALITY OF AGUTAYA Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.4 Million (USD 76.5 K)
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Agutaya Bids And Awards Committee Invitation To Bid (itb 2025-007) The Municipal Government Of Agutaya, Through Its Bids And Awards Committee (bac), Intends To Apply The Sum Of Four Million Nine Four Hundred Seventy Five Thousand Four Hundred Twenty Five Pesos (php 4,475,425.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor And Materials For The Fabrication Of Toilet Facility (zod). Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipal Government Of Agutaya, Province Of Palawan Now Invites Eligible Contractors To Bid For The Hereunder Projects With An Abc Of: Project Abc 1. Installation Of 65 Unit Household Sanitary Toilet (zod) 4,475,425.50 Source Of Fund : Doh Mimaropa/lgu 20% Devt.fund Cy 2025 Project Duration : 156 Working Days Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a. 9184 And Its Revised Implementing Rules And Regulation (irr). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations Of R.a 9184. The Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 14, 2025 2. Pre-bid Conference January 23, 2025 3. Deadline For The Issuance/payment Of Bid Documents February 3, 2025 4. Bidding And Proper Opening Of Bid Envelopes February 3, 2025 Note: All Bidding Documents Must Be Submitted On Or Before 2:00 Pm On The Date Of The Opening Of Bids. Bid Documents Submitted After The Deadline Shall Not Be Accepted. A Complete Set Of Bidding Documents And Other Detailed Information May Be Acquired From The Bac Secretariat, All Prospective Bidders Shall Be Charged A Non-refundable Fee For The Bidding Documents Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. The Municipality Of Agutaya 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 Bidders. For Further Information, Please Refer To: Norly A. Caballero Bac Secretariat Bids And Awards Committee (bac) Municipality Of Agutaya Engr. Ruffy G. Abalde, Ce Municipal Engineer Bac Chairman Bids And Awards Committee (bac) Municipality Of Agutaya
Municipality Of Looc, Romblon Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Invitation To Bid For The Rehabilitation Of Tuguis Access Bridge In Brgy. Tuguis, Looc, Romblon The Municipal Government Of Looc, Romblon, Through The Annual Budget 2025-5% Ldrrm Fund Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Infra-2025-01-09. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Looc, Romblon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Thirty-nine (39) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Municipal Government Of Looc, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 12, 2025 From Given Address And Website/s Below: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Municipal Government Of Looc, Romblon Will Hold A Pre-bid Conference On January 30, 2025 – 02:00 P.m. At Municipal Session Hall – Brgy. Poblacion, Looc, Romblon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before February 12, 2025 – 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 12, 2025 – 2:00 P.m. At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipal Government Of Looc, Romblon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Candido Alfred A. Bancoro, Ii, Enp Mpdc/bac Chairperson Bac Secretariat: Mrs. Leonor F. Farquerabao Mrs. Maria Cristine G. Guarino Ms. Ana Dominique B. Bantang Lgu-looc, Romblon Poblacion, Looc, Romblon January 21, 2025 Ronald P. Fetalsana, Rsw Mswdo/ Bac Vice Chairperson Contract Reference Number: Infra-2025-01-09 Name Of The Contract: Rehabilitation Of Tuguis Access Bridge Location Of The Contract: Brgy. Tuguis, Looc, Romblon Standard Form Number: Sf-infr-55 Revised On: August 11, 2004 Bill Of Quantities Rehabilitation Of Tuguis Access Bridge Brgy. Tuguis, Looc, Romblon Bill Of Quantities Item No. Description Unit Quantity Unit Price (pesos) Amount (pesos) I Other General Requirements (safety And Health, Construction Survey) Lot 1 Ii Facilities For The Engineer Lot 1 Iii Excavation Of Earthsoil Cu. M 7.29 Iv Demolition Works (breaking Of Affected Structure) Lot 1 V Concreting Of Bridge (fabrication Of Forms And Rebars And Concreting Of Box Culvert And Pccp Cu. M 17.35 Vi Slope Protection (rubbles Laying And Application Of Mortar) Cu. M 49.75 Vii Railing Works (installation Of Fabricated Railings) Lot 1 Grand Total
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: ***see Far 52.212-01 And Far 52.212-02 And The Respective Addendums To Each Clause In The Rfp For Detailed Proposal Instructions And Evaluation Criteria*** this Is A Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. Solicitation Number Fa8604-25-r-b006 Is Issued As A Request For Proposal (rfp). This Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-01/11-12-2024 And Dpn 20241115. This Acquisition Is 100% Set Aside For Small Business. The Naics Code For This Solicitation Is 333922. This Solicitation Is Subject To Far Clause 52.219-14, “limitations On Subcontracting (deviation 2020-o0008).” Far Clause 52.219-14 States That, For “supplies, (other Than Procurement From A Non-manufacturer Of Such Supplies), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 50 Percent Subcontract Amount That Cannot Be Exceeded.” this Rfp Has Eleven (11) Line Items. The Performance, Design, Fabrication, Installation, And Test Requirements For A Storage Aid System At Luke Air Force Base, Arizona. All Solicitation Specifications/drawings Will Be Posted At The Following Location: Http://www.sam.gov. contract Completion Is Required Within 240 Days From Date Of Award. Fob Point Is Destination (e.g., Luke Air Force Base, Arizona). Evaluation Will Be Based On Lowest Price Technically Acceptable (lpta). the Contractor Must Be Registered In Sam Prior To Award. The Government Will Make An Award From This Request For Proposal To The Technically Acceptable, Responsible Offeror Whose Proposal Offers The Lowest Price To The Government. The Government Reserves The Right To Not Make An Award At All. all Proposals Are Due By 4:00 Pm Eastern Time On 21 January 2025. any Proposal, Modification, Or Revision That Is Received At The Designated Government Office After The Exact Time Specified For Receipt Of Proposals Is “late” And Will Not Be Considered. please Note That Dodsafe Is Required For Proposal Submission. Send Requests For Proposal Submission To Samantha.ekberg@us.af.mil And Andrew.petersen.3@us.af.mil. to Ensure A Competitive Balance, At The Contracting Officer’s Discretion, Questions Concerning This Rfp Will Only Be Accepted Until 14 January 2025 By 2:00 Pm Eastern Time. Questions Shall Be Submitted By E-mail To Samantha.ekberg@us.af.mil And Andrew.petersen.3@us.af.mil. be Advised That Offerors Are Not Permitted To Deliver Proposals In-person. no Telephone, Written, E-mail Or Fax Requests For Documents Will Be Accepted; All Interested Offerors Must Download Their Own Documents From The Internet - No Exceptions. All Interested Offerors Are Requested To Register For This Solicitation. the Government Reserves The Right To Cancel This Solicitation Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation The Government Has No Obligation To Reimburse An Offeror For Any Costs.
DEFENSE LOGISTICS AGENCY USA Tender
Textile, Apparel and Footwear
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Description: Note: This Is A Pre-solicitation Notice, Not A Solicitation. The Solicitation Spe1c1-24-r-0007 Has Been Issued To Dibbs On 11/27/2024. solicitation Number: Spe1c1-24-r-0007 item 1: Coveralls, Flyer's, Cwu-27p, Men's, Green – Pgc#00470 - Lead Nsn 8415-01-043-9529 item 2: Coveralls, Flyer's, Cwu-27p, Men's, Tan – Pgc#03845 item 3: Coveralls, Flyer's, Cwu-27p, Women's, Green, Type I, Standard Zipper – Pgc#02826 – Lead Nsn 8410-01-502-1948 item 4: Coveralls, Flyer's, Cwu-27p, Women's, Green, Type Ii, Extended Zipper – Pgc#02635 - Lead Nsn 8410-01468-6966 item 5: Coveralls, Flyer's, Cwu-27p,women's, Tan, Type I, Standard Zipper – Pgc#03847 item 6: Coveralls, Flyer's, Cwu-27p, Women's, Tan, Type Ii, Extended Zipper – Pgc#03848 item 7: Coveralls, Flyer's, Maternity 27p, Green – Pgc#01030 – Lead Nsn 8410-01-696-1931 purchase Descriptions: men's: Yacl-wp Pd 99-01, Dated 20 April 2001 women's: Fns Pd 99-04, Dated 28 April 2003 maternity: 11-pd 20024, Dated 4 March 2022 dla Troop Support Clothing And Textiles Will Be Providing Electronic Patterns. In Order For A Vendor To Be Able To Receive, View, And Use Digital Patterns, It Must Have The Computer Aided Design (cad) Software Gerber Accumark, Storage Area Version 9 Or Higher. Accumark Zip Files Will Be The Primary Form Of Receiving All Government-furnished Patterns As The Government Will Not Be Converting Into Other Cad Formats Or Down-converting Into Storage Area Version 8. during The Solicitation Phase, Paper Patterns Will Be Issued On Request. The Request For The Pattern Submitted Via Https://www.dla.mil/troop-support/clothing-and-textiles/industry-support/spec-request/ Should State Clearly In The Special Instructions That A Paper Pattern Is Required. this Procurement Contains A Four (4) Year Ordering Period. Within The Four-year Ordering Period, There Will Be Four 12-month Price Tier Periods. the Below Quantities Are The Combination Of The Listed About Seven (7) Items (item 1, Item 2, Item 3, Item 4, Item 5, Item 6, Item 7). The Quantities Are For Four (4) One-year Ordering Periods. Within The Four (4) One-year Ordering Periods, There Will Be Four (4) 12-month Price Tier Periods. the Minimum Quantity Is 15,975 Units. the Maximum Quantity Is 383,400 Units With A Monthly Shipping Maximum Of 10,650 Units. the Annual Estimated Quantity (aeq) Is 63,900 Units For Each Tier Period (tier 1, Tier 2, Tier 3 & Tier 4). The Aeq Is Further Broken Down By Each Item And Each Tier As Follows: pgc Aeq 00470 50,000 03845 8,000 02826 1,500 02635 2,100 03847 50 03848 450 01030 1,800 this Procurement Is For The Manufacture And Delivery Of Seven 27p Coveralls. This Subject Procurement Will Have One (1) Lot And Will Be Solicited Under Full And Open Competition (unrestricted). The Proposed Solicitation Will Result In One Award Of Firm-fixed Price, Indefinite-delivery, Indefinite-quantity Type Contract. this Solicitation Will Be Evaluated Under Best Value Trade Off Source Selection Procedures With The Following Evaluation Factors: 1) Product Demonstration Models (pdm), 2) Past Performance Confidence Assessment, 3) Small Business Support. Offerors Are Required To Include Product Demonstration Models (pdms). Evaluation Will Consist Of Pdm, Past Performance, Small Business Support And Price. fob: Destination inspection/acceptance: Origin delivery Destination: Vstj, Vstg, Vstz production Lead Time (plt): For Initial Delivery Order, The Plt Is 240 Days With Pre-production Approval. Pre-production Sample(s) Will Be Due 30 Days After Award. Pre-production Evaluation Would Take 30 Days. If Pre-production Is Waived/approved, Then The Plt For Initial Delivery Order Is 180 Days After Contract Award/delivery Order Issuance And/or The Date Of Pre-production Waived/approved. For All Subsequent Delivery Orders, The Plt Is 180 Days. this Solicitation Has Been Posted To The Dla Internet Bid Board System (dibbs) On 11/27/2024. All Offerors Must Be Registered In The System For Award Management (sam). All Responsible Sources May Submit Offers Which, If Received In Timely Fashion, Shall Be Considered. important Note On Foreign Content:
the Defense Appropriations And Authorization Acts And Other Statutes (including What Is Commonly Referred To As "the Berry Amendment" Impose Restrictions On The Dod's Acquisition Of Foreign Products And Services. Generally, Clothing And Textile Items (as Defined In Dfars Clause 252.225-7012) And "specialty Metals" (as Defined In Dfars Clause 252.225-7014) Must Be Grown, Reprocessed, Reused, Melted Or Produced In The United States, Its Possessions Or Puerto Rico, Unless One Of The Dfars 225.7002-2 Exceptions Applies. all Items Used In The Fabrication Of The End Item Must Be 100% U.s. Made Out Of 100% U.s. Materials And Are To Be Furnished By The Contractor. The Government Does Not Intend To Use Far Part 12 For This Acquisition. important Notice On Availability Of Solicitations: availability Of Solicitations, Far 5.102(d) Applies, As Our Office No Longer Issues Solicitations Or Amendments In Paper Form. Offeror Should Register To Receive Notification Of This Solicitation Or Solicitation Amendments. The Solicitation Will Be Posted On The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/. Detailed System Requirements And Instructions For Registration Can Be Found On The Dla Dibbs Home Page Accessed On Https://www.dibbs.bsm.dla.mil/. Once The Solicitation Is Posted, It Will Be Available For Viewing On Dibbs. From The Dibbs Homepage, Select "solicitations" From The Top Bar To Search For The Solicitation. Dibbs Help Can Be Accessed From The Dibbs Homepage. contracting Office Address: defense Logistics Agency, Dla Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pa, 19111-5096, United States point Of Contact(s): baotran Dao, Contracting Officer, Email: Baotran.dao@dla.mil kathryn Callahan, Contract Specialist, Email: Kathryn.callahan@dla.mil
Bureau Of Internal Revenue Tender
Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 631.3 K (USD 10.8 K)
Details: Description Bureau Of Internal Revenue Revenue Region No. 10 Legazpi City Request For Quotation Qo-10-45-2023.00 Date: Quotation/pr No. Tin: Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than __________________. Please Fill-up All Required Applicable Information. Thank You. Maria Ana C. Raguero Chief, Ahrmd This Is To Certify That I Personally Conducted A Canvass From The Above Supplier/contractor. Canvassed And Certified By: Name/signature Of Canvasser Tel/fax No.742-0978 Note: 1 All Entries Must Be Typewritten / In Print 2 Delivery Period Within _________ Calendar Days 3 Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4 Price Validity Shall Be For A Period Of _________ Calendar Days 5 Philgeps Registration, Dti/sec Registration, Mayor's Permit, Certificate Of Registration (bir), Tax Clearance Shall Be Attached Upon Submission Of The Quotation 6 Bidders Shall Submit Original Brochures Showing Certification Of The Product Being Offered 7 For Purchases Of Goods/supplies And Materials/services, A Warranty Shall Be Covered By Either Retention Money Of At Least 1% Of Every Progress Payment Or A Special Bank Guarantee Equivalent To At Least 1% Of The Total Contract Price Which Shall Only Be Released After The Lapse Warranty Period. 8 With Lbp Account Number Item No. Item And Description Qty Unit Brand/model Unit Price Total Price 1 Repair Of Service Stairwell Roofing 1.00 Lot And Interior Fit-out Works Labot Ands Bir - Rr10 Legapi City Albay I. Summary - Scope Of Works: 1 Removal Of Existing Roofing 1.00 Lot 2 Installation Of New Roofing System 1.00 Lot 3 Electrical Power And Lighting Works 1.00 Lot 4 Installation Of New Ceiling System 1.00 Lot 5 Fabrication And Installation Of Shelves And Cabinets 1.00 Lot 6 Floor Finishing Works 1.00 Lot 7 Removal And Installation Of New Windows And Door 1.00 Lot 8 Painting Works Total Direct Cost Overhead, Contingency And Miscellaneous (15% Of Total Cost) Contractor's Profit (10%) Vat (12%) *see Attached Layout For Reference And Please Fill Out The Detailed Cost Estimate Delivery Period: 115 Calendar Days Upon Receipt Of Jo To Be Delivered To Bir - Rr10 Legazpi Albay Total Amount Purpose: Building Improvement And Maintenance Warranty ___________________ Price Validity ___________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Price/s Indicated Above. Signature Over Printed Name/position In Company Tel No./cellphone No./e-mail Address
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For An Interactive Audio-visual Exhibit For The Navy’s 250th Birthday Events In Philadelphia, Pa For The Naval History And Heritage Museum. the Fleet Logistics Center Norfolk, Virginia Is Seeking Information On Qualified And Experienced Sources For Planning Purposes In An Effort To Derive A Contract Vehicle For An Interactive Audio-visual Exhibit And Supporting Material Surrounding The Navy’s 250th Birthday With The Specifications Detailed In The Performance Work Statement For The Naval History And Heritage Museum. The Period Of Performance For This Requirement Is For Work To Begin On The Date Of Award And Be Completed No Later Than 31 April 2026. a Single Award, Firm Fixed Price (ffp) Contract Action Under Naics Code 712110 With A Size Standard Of $34m Is Anticipated. This Proposed Contract Vehicle Requires The Development, Fabrication, Travel And Installation Of An Immersive Traveling Audio-visual Exhibit Highlighting 250 Years Of Navy History, While Promoting The New National Museum Of The United States Navy In Accordance With The Performance Work Statement. subject To Far Clause 52.215-3, Entitled "solicitation For Information Of Planning Purpose," This Announcement Constitutes A Sources Sought Synopsis For Written Information Only. This Is Not A Solicitation And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Is Not To Be Construed In Any Way As A Commitment By The Government, Nor Will The Government Pay For The Information Submitted In Response. please See The Attached Performance Work Statement For Full Details And Requirements. submission:
qualified Sources Should Email Capability Statements And/or Estimates To Megan.m.evans18.civ@us.navy.mil And By 7:00am Est 13 February 2025.respondents Will Not Be Notified Of The Results And The Government Is Not Required To Answer Any Questions Submitted In Regards To This Sources Sought Notice. Please Note The Information Within This Pre-solicitation Synopsis Will Be Updated And/or May Change Prior To An Official Synopsis/solicitation, If Any. all Requests For Further Informationmust Be Madein Writing Via Email. Telephone Requests For Additional Informationwill Not Be Honored. All Questions And Answers Regarding This Rfi/sources Sought Noticewill Be Postedas Updates To This Notice. reponses To This Sources Sought Request Shall Reference The Sources Sought Number (1301225628) And Shall Include The Following Information In This Format: 1. Company Name, Address, Point Of Contact Name, Phone Number, Fax Number And Email Address. 2. Contractor And Government Entity (cage) Code. 3. Statement As To Whether Business Is Actively Registered In The System For Award Management (www.beta.sam.gov) 4. Size Of Business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned And/or Veteran-owned Based On The Applicable Naics. 5. If The Items/services Can Be Obtained From An Existing Government Contract Vehicle, To Include Gsa Or Seaport-nxg, Provide The Applicable Contract Number. disclaimer:this Is Not A Contract, Request For Proposal, A Promise To Contract, Or A Commitment Of Any Kind On The Part Of The Government. The Navy Will Not Assume Liability For Costs Incurred By An Attendee Or For Travel Expenses Or Marketing Efforts; Therefore, Attendee Cost In Response To This Noticeis Not Consideredan Allowable Direct Charge To The Government. proprietary Information Should Be Clearly Marked. The Requested Information Is For Planning And Market Research Purposes Only And Will Not Be Publicly Released.
Universit De Li Ge Tender
Others
Belgium
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Title: Fourniture, Installation Et Mise En Service De Deux Automates De Synthèse Pour Le Laboratoire De Radiochimie Du Centre De Recherche Du Cyclotron De L'uliège
description: Le Présent Marché Vise À La Fourniture De Deux Automates De Synthèse Permettant La Production Automatisée De Radiopharmaceutiques Marqués Au Fluor-18, Carbone-11, Gallium-68 Ou Zirconium-89, Ce Comprenant Leur Purification À Un Niveaux De Qualité Conforme Aux Requis Réglementaires En Vigueur Tels Que Eu. Ph., Ich(q3) Ou Usp. Par Automate De Synthèse On Entend Un Dispositif Électromécanique Programmable Par Ordinateur Ayant Pour Fonction D’effectuer De Manière Précise, Répétable Et Contrôlée Des Transferts De Fluide, Des Mélanges De Fluide, Des Opérations De Chauffe Et De Refroidissement Et Des Opérations De Purifications. Ce Dispositif Est En Outre Doté De Capteurs Permettant Un Retour D’information Sur Les États Physiques Des Différents Éléments Qui Le Compose (position Et Vitesse Des Actuateurs, Pression, Température, Niveaux De Radioactivité En Différents Points) Et Ainsi De Pouvoir Suivre Le Déroulement De La Synthèse En Temps Réel. Par Production Automatisé On Entend Un Ensemble De Protocoles Expérimentaux Qui, Une Fois Exécutés Par Un Automate De Synthèse, Permettent La Fabrication D’une Substance Chimique De Manière Répétable, Fiable, Et Sûre. L’exécution De Ce(s) Protocole(s) Implique Notamment : • Un Ou Plusieurs Kits De Réactifs - Ensemble Des Réactifs Qui Sont Utilisés Au Cours De La Synthèse, Préalablement Flaconnés Et Éventuellement Formulés De Telle Sorte À Ce Qu’ils Puissent Être Placés Sur L’automate Avec Un Minimum Ou Aucune Action De La Part De L’opérateur ; • Un Chemin Fluidique – Ensemble, Fixe (fix-tubing) Ou Jetable (cassette), De Tubulures Arrangées De Façon À Permettre Le Transfert Des Réactifs, Produits Et Déchets Selon Un Ordre Logique Et Prédéterminé En Fonctions Des Besoins Spécifiques Du Procédé Considéré ; • Un Programme Informatisé De Synthèse (séquence) – Ensemble D’instructions Machine Contrôlant L’automate Pour Permettre D’effectuer Dans Un Ordre Précis Les Différentes Actions Du Protocole ; • Un Logiciel De Contrôle – Permet D’effectuer L’interface Homme-machine Pour Le Contrôle De L’automate, La Programmation Et L’exécution Des Séquences, La Surveillance Des Paramètres Et Du Déroulé Du Programme De Synthèse, La Configuration Et La Calibration De L’automate Et Son Dépannage.
South Central Railway - SCR Tender
Scraps
Ireps
India
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: 12261ms24i, 98050011, Quantity- 17.320 Mts. Scrap Condemned Unserviceable Ms Bed Plates, Water Tanks And Water Tank Cut Pieces, Ms Path Plates, Foot Path Plates, Sheets, Bin Cut Parts, Rack And Roller Path, Air Tank Cover Parts, Striker Casting Wear Plates, Sliding Doors, Swing Doors, Flap Doors, Ms Chequered Plates, Expansion Tank Parts, Ms Plates, Plate Cuttings, Wagon Doors, Dsl Engine Long Hood, Dummy Bogie Cut Parts, Cast Iron Surface Plates And Base Plates, Axle Counter Ms Frames, Baking Oven Cut Pieces, Ocb Duct, Welding Machine Outer Body, Inverter Empty Body, Tap Changer Ms Spares And Empty Body, Manipulator, Shaping Machine Ms Body, Ms Gates, Collapsible Gates, Base Plate, Short Hood Cabin Cut Parts, Tables, Racks, Lavatory Chute Brackets, Ms Travelling Base, Ms Danger Boards, Radiator Ms Spares, Ms Die Blocks, Ms Body Of Radiator Fan Motor, Capacitor Ms Body, Auxiliary Transformer Ms Empty Body, Ducts, Dust Bin Stand, Ht Load Brake Switch Body, Ms Transformer Body, Ventilator Motor Frames, Transformer Top Plate, Air Receiver, Storage Box Cut Parts, Coach Body Parts, Dust Bins, Lockers, Cattle Guard, Incinerator Chimney Parts, Incinerator Oven, Incinerator Cut Parts, Boxes, Wagon Doors Cut Pieces, Wagon Bfr End Plates And Cut Pieces, Ms Fuel Tanks [fire Prone], Boiler Tank Cut Pieces, Angles, Girder, Sheets Cut Pieces, Portable Stands, Channels ,fabricated Structures And Other Corroded Heavy Melting Scrap Of Different Thickness Of Sorts And Sizes, With Or Without Attachments. Note- 1. Gas Cutting Permitted For The Purpose Of Loading Only. 2. It Is The Responsibility Of The Purchaser To Ensure That Fuel Tanks To Be Filled With Water And Cleaned Thoroughly Free From Flammable Substances Before Cutting To Avoid Explosion Or Any Casualties. 3. Private Crane Permitted For Loading. Special Note- Gas Cutting For Fuel Tank Should Be Done In Open Area [cutting Must Be Kept Clear And Free Of Flammables] And Away From Bins [free From Recognized Hazards That Are Causing Or Are Likely To Cause Serious Harm] And Should Follow Fire-prevention And Fire-protection Measures. Location- [bin No- 261, Left Side Of Road No- 2]. Hsn Code- 72044900. Gst- 18 Percent. Note- Delivery On Actual Weighment Basis Only. Special Note: Overload Of The Carrying Capacity Of The Vehicle Will Not Be Permitted At The Time Of Taking Delivery As Per Mv Act 1988
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Spe7m225r0010 this Is A Sources Sought Notice And Is For “information Purposes Only” To Prepare A One-time Buy For Nsn 1720-01-285-7190. This Is Not A Request For Proposals, Quotations Or Bids. This Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research Pursuant To Far Part 10. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Are Capable Of Executing The Potential Contract. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. No Solicitation Exists At This Time. the Government Intends To Purchase Approximately 6 Ea Of Nsn 1720-01-285-7190, Vented Cylinder (right). The Part Number Is 622259-1r And Is Made In Accordance With (80020) Navy Drawings. This Nsn Is Coded As A Critical Safety Item (csi) For The Aircraft Launch And Recovery Equipment. It Is To Be Manufactured By Approved Sources Only. parties Interested In Becoming An Approved Source For This Item Are Encouraged To Complete A Source Approval Request (sar) Package. The Item Requires Enhanced Jcp Certification. Product Will Be Shipped To A Dla Stock Location. instructions For Enhanced Jcp Certification: dla Has Enhanced Its Joint Certification Program (jcp) Registration And Validation Procedures. Selected National Stock Numbers (nsns) Will Require Additional Permissions To Access The Associated Technical Data. In The Event A Vendor Cannot Access The Technical Data For A Nsn In Dla Cfolders, The Vendor Must Submit A Onetime Request To Jcpvalidation@dla.mil For Technical Data Access Consideration. If A Vendor Has Inquiries After Having Submitted Required Information To The Jcp Office, These Inquiries Are To Be Directed To Dlaj344datacustodian@dla.mil. dla Processes The Vendor’s Technical Data Request On A First Come, First Served Basis. Failure To Comply Timely With Required Information May Result In Lack Of Consideration For Dla Solicitations. It Is Vitally Important That Vendors Provide Correct Company Official Name(s) And Contact Information In All Correspondence. Dla Will Work Diligently On Validating Vendor Requests. Vendors Will Be Notified Within 3 Business Days Of When Their Requests Were Approved. However, Dla Cannot Guarantee That It Can Complete All Validation Requests By The Due Date For Any Solicitation Responses. make Sure To Contact Email Dlaj344datacustodian@dla.mil. the Applicable North American Classification System (naics) Code Is 332313 Fabricated Structural Metal Manufacturing With A Business Size Of 500. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Susan Lupo Via E-mail At Susan.lupo@dla.mil By February 14, 2025.
3471-3480 of 3998 archived Tenders