Fencing Tenders
Fencing Tenders
National Defence Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Canada
Details: Notice Of Proposed Procuremnt The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Halifax And Cfb Esquimalt. Line Item: 001 Cell, Electrocatalyst Part Number: 47000120 Ncage: 1d1t5 De Nora Water Technologies Gsin: 4630 Quantity: 18 Uoi: Ea To Be Delivered To: Cfb Halifax Line Item: 002 Cell, Electrocatalyst Part Number: 47000120 Ncage: 1d1t5 De Nora Water Technologies Gsin: 4630 Quantity: 12 Uoi: Ea To Be Delivered To: Cfb Esquimalt Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering Along With The Part Number And Ncage Of The Manufacturer. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of National Defence Tender
Others
Canada
Details: Amendment #001 To Solicitation Number W8476-256902/a Is Raised To: Provide Clarification And Answers To A Question From Potential Suppliers. ______________________________________________________________________________________________________________________________________________________ The Department Of National Defence (dnd) Has A Requirement To Procure Quantity Three (3) Heavy Duty Semi-trailer Fuel Tank – 32,000 L Capacity And Ils Deliverables For Delivery To Cfb Edmonton, Cfb Petawawa And Cfb Valcartier, Plus Options To Procure Up To Qty Two (2) Additional Heavy Duty Semi-trailer Fuel Tank – 32,000 L Which May Be Exercised Within 12 Months Of Contract Award. The Requested Delivery Date Is 365 Days After Contract Award. Delivery Locations, Quantities Required, Mandatory Requirements And Deliverables Information Are Detailed Under Annex A, Entitled Requirement, And Annex B, Entitled Basis Of Payment, Of This Solicitation Package. There Is No Security Requirement Associated With This Requirement. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date28 Jan 2025
Tender AmountRefer Documents
The Department Of National Defence Tender
Machinery and Tools
Canada
Details: Notice Of Proposed Procurement Note: Due To The Impacts To The Covid-19 Pandemic, Reduced Business Hours And Limited Staff Available At The Specified Bid Receiving Unit, On The Front Page Of The Bid Solicitation Document, Bidders Are Strongly Encouraged To Transmit Their Bids Electronically Using The Epost Connect Service Instead Of Any Of The Other Methods Of Bid Delivery Usually Available. The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested To 25 Cfsd Montreal By March 2025. Item 1, Gsin: 8145, Nsn: 21-921-1036, Shipping And Storage Containers Part No.: 67751-001, Ncage: 3af10 Quantity: 60, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date7 Jan 2025
Tender AmountRefer Documents
The Department Of National Defence Tender
Machinery and Tools
Canada
Details: Notice Of Proposed Procurement Note: Due To The Impacts To The Covid-19 Pandemic, Reduced Business Hours And Limited Staff Available At The Specified Bid Receiving Unit, On The Front Page Of The Bid Solicitation Document, Bidders Are Strongly Encouraged To Transmit Their Bids Electronically Using The Epost Connect Service Instead Of Any Of The Other Methods Of Bid Delivery Usually Available. The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested To 25 Cfsd Montreal By March 2025. Item 1, Gsin: 4820, Nsn: 01-437-8165, Valve, Regulating, System Pressure Part No.: F103d000-15, Ncage: 04577 Quantity: 10, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date23 Jan 2025
Tender AmountRefer Documents
National Defence Tender
Chemical Products
Canada
Details: Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Halifax And Cfb Esquimalt. Item 1, Filter Element, Intake Air Cleaner Reference Part No.: Gtx146/000311f, Ncage K8990, Altair (uk) Ltd Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax Item 2, Filter Element, Intake Air Cleaner Reference Part No.: Gtx146/000311f, Ncage K8990, Altair (uk) Ltd Quantity: 124, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering Along With The Manufacturer Ncage And Part Number. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date16 Jan 2025
Tender AmountRefer Documents
Royal Canadian Mounted Police Tender
Civil And Construction...+1Civil Works Others
Canada
Details: Notice Of Proposed Procurement (npp) Title: Construction Project - Norway House, Mb Solicitation Number: M5000-25-0025/a Description: Work Of This Contract Comprises General Construction Of A New Three Unit Town House, Located At Norway House, Manitoba ; And Further Identified As Norway House Three Plex As Well As Renovations To Two Existing Housing Buildings. New Build Work Includes: - Demolition Of Existing Facility Building - Site Clearing - Construction Of Norway House Three Plex Building - Rough And Finish Grading - Landscaping - Roads, Sidewalks, Pedestrian And Vehicular Pavement Structures - Site Lighting, Fixtures, Fittings, Fencing And Gates - Connection To Municipal/ Local Sewer, Water, Power, Telecommunication Infrastructure Exterior Renovation Of Two Houses, Including The Following: - Remove And Replace All Doors And Windows - Remove And Replace Interior Window And Door Casings - Remove And Replace Exterior Trim Boards, Siding, Insulation And Air Barrier - Remove And Replace Exterior Decks As Noted - Trim Trees Around House So No Branches Are Overhanging Roof - Remove And Replace Roofing And Vents (one House Only) - Remove And Replace Soffit, Fascia, Gutters And Downpipes. 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.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Pre-solicitation Notice
for
f35 3-bay Hangar At Ebbing Air National Guard Base (angb), Fort Smith, Arkansas
this Is A Pre-solicitation Notice For The Construction Of A F35 3-bay Hangar At Ebbing Angb, Fort Smith, Ar. This Is Not A Solicitation For Proposals/bids And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests.
the U.s. Army Corps Of Engineers – Tulsa District Has Been Tasked To Solicit For And Award A F35 3-bay Hangar At Ebbing Angb, Fort Smith, Ar. The Proposed Project Will Be A Competitive, Firm-fixed Price, Two-phase Sealed Bid Contract Procured In Accordance With Far Subpart 14.5.
project Description:
this Project Involves The Construction Of An Approximately 25,000 Square Foot 3-bay Aircraft Maintenance Hangar To Support The Bed Down Of The F-35 Aircraft Located In Fort Smith, Arkansas. Project Includes And Single-story Steel Framed Reinforced Concrete Aircraft Hangar With A Pier And Grade Beam Foundation And Metal Roof. The Hangar Will Provide Bay Spaces For General Maintenance, Corrosion Control, Fuel System Maintenance, And Washdown Capabilities. The Space Also Includes A Back Shop Comprising Of Administrative Offices, Storage Areas, Tool Room, And Compressed Air. Lightning Protection, Fire Detection And Suppression, And Intrusion Detection Are Included. Supporting Facilities Include Utilities, Airfield Pavements, Concrete Or Asphalt Parking Lot (approx. 89 Spaces), Roadways/access Drives, Security Fencing, Sidewalks, Pedestrian Turnstiles, Site Improvements, And Communication Support To Provide Complete And Usable Facility. The Base Bid Shall Have A 5,250 Square Foot Building With A 6-bed Configuration With 4 Cells + 2 Segregation Cells Totaling 6 Cells. Construction Of An Additional 2 Cells, For A Total Of 8 Cells Overall Will Be An Option To The Contract. Quality Control Is Expected To Require Specialized Experience In Fire Protection, Special Structural Inspector, Mechanical Integrator, Structural Engineering, Electrical Engineering, Metal Roofing Inspector, And Pavements.
in Accordance With Dfars 236.204, The Estimated Construction Price Range For This Project Is $25,000,000 And $100,000,000.
far 22.503(a) Policy States “executive Order (e.o.) 14603, Use Of Project Labor Agreements (pla) For Federal Construction Projects, Requires Agencies To Use Project Labor Agreements In Large-scale Construction Projects To Promote Economy And Efficiency In The Administration And Completion Of Federal Construction Projects. Iaw Far 52.222-34, Project Labor Agreement And Far 52.222-33 Alt I, Notice Of Requirement For Project Labor Agreement, A Pla Will Be Required From The Apparent Low Bidder Prior To Award.
estimated Duration Of The Project Is 720 Calendar Days.
the North American Industry Classification System Code For This Procurement Is 236220, Which Has A Small Business Size Standard Of $45m.
type Of Set-aside: None – This Requirement Will Be Procured As Unrestricted.
the Anticipated Solicitation Issuance Date Is On Or About 15 January 2025 And The Estimated Proposal Due Date Will Be On Or About 15 February 2025. The Official Solicitation Number W912bv25b0002 Will Be Issued Under Sam.gov Via Piee.eb.mil.
Closing Date4 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
solicitation Number: W912dr25ra009
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
note: There Will Be A Pla Requirement For This Project.
project Description:
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process.
the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice.
responders Should Address All The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars.
6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project.
7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience:
capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00.
successful Experience With Leed Silver Construction And Environmental Low Impact Development.
successful Experience With Building Information Management (bim) Technology.
independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff.
us Citizens (should Include Naturalized Citizens/legal Citizen).
total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
National Defence Tender
Others
Canada
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Halifax And Cfb Esquimalt. Line Item: 001 Parts Kit,ball Valve Part Number: 770387-276-888 Ncage: 81576 Dresser Canada Inc Valve And Controls Canadian Opn Gsin: 4810 Quantity: 3 Uoi: Ea To Be Delivered To: Cfb Halifax Line Item: 002 Parts Kit,ball Valve Part Number: 770387-276-888 Ncage: 81576 Dresser Canada Inc Valve And Controls Canadian Opn Gsin: 4810 Quantity: 2 Uoi: Ea To Be Delivered To: Cfb Esquimalt Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. The Requirement Is Subject To A Preference For Canadian Goods And/or Services. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date22 Jan 2025
Tender AmountRefer Documents
Department Of National Defence Headquarters Tender
Energy, Oil and Gas
Canada
Details: Amendment 001. This Solicitation Amendment Is Raised To: 1. Provide Clarification And Answers To A Question From Potential Suppliers File Number: W8476-256961/a Notice Of Proposed Procurement The Department Of National Defence (dnd) Has A Requirement To Procure Quantity Of Six (6) 10,000l Refueller Off-road Diesel 6x6 For Delivery To Various Cfb In Canada. The Requested Delivery Date Is 365 Days After Receipt Of Order (aro). An Option For Four (4) 10,000l Refueller Off-road Diesel 6x6 Is Included For Delivery Within Canada. Gsin: N2330. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
Closing Date29 Jan 2025
Tender AmountRefer Documents
4091-4100 of 4259 archived Tenders