Fencing Tenders
Fencing Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Virginia
city: Winchester
delineated Area:
north: Indian Hollow Rd., N. Frederick Pike, Apple Pie Ridge Rd., Glendobbin Rd., Payne Rd., Fair Ln., Hiatt Run River, Lick Run River
east: Jordan Springs Rd., Burnt Factor Rd., Berryville Pike, Valley Mill Rd., Channing Dr., Senseny Rd., Greenwood Rd., Sulphur
springs Rd., Millwood Pike, W. Parkins Mill Rd., Front Royal Pike
south: Tasker Rd., Opequon Creek, Brookneil Dr., Jones Rd.,
west: Cedar Creek Grade, Miller Rd., Singhass Rd., Round Hill Rd., Poorhouse Rd.
minimum Sq. Ft. (aboa): 7,372
maximum Sq. Ft. (aboa): 7,740
space Type: Office & Related
parking Spaces (total): Twenty-one (21) Reserved, Secured Parking Spaces (see Additional Requirements Below For Details)
full Term: Fifteen (15) Years
firm Term: Ten (10) Years Firm
additional Requirements:
a. Offered Building Cannot Be Located Within 1,000 Feet Of A Drug-free Zone
b. Twenty-one (21) Onsite, Reserved, Secured Parking Space.
1. Secured Structured Parking Is Defined As Partially Or Fully Enclosed Parking Area That Resides Within A Building Or As A Standalone Parking Structure. The Garage Must Be Access-controlled And Parking Spaces Must Be Marked “reserved”.
2. Secured Surface Parking Outside Of A Proposed Building May Be Considered. The Parking Must Be Access-controlled And At A
minimum, A Fence May Be Required.
c. Offered Buildings/properties Are Subject To A Risk/vulnerability Assessment. The Outcome Of The Assessment May Result In The Building Not Being Considered.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). Entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
offers Due: January 9, 2025 By 4:30 Pm Est
occupancy (estimated): Spring 2026
send Offers To - Electronic Offer Submission:
offers Must Be Submitted Electronically Through The Requirement Specific Acquisition Platform (rsap), Located At Https://lop.gsa.gov/rsap/. Interested Parties Must Go To The Rsap Website, Select The “registration” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Rsap Homepage And In The “help” Tab On The Rsap Website.
solicitation Number:
solicitation (rlp) Number 3va0809
government Contact Information (not For Offer Submission)
lease Contracting Officer: 267-496-5427, Nicholas.dippel@gsa.gov
leasing Specialist: 215-713-6247, Christian.teuber@gsa.gov
note: Entities Not Currently Registered In The System For Award Management (sam.gov) Are Advised To Start The Registration Process As Soon As Possible. An Offeror Checklist Has Been Included With The Rlp To Underscore The Documents That May Be Required By This Rlp. Detailed Requirements Are Contained In The Rlp. In The Event Of An Inconsistency Between This Checklist And The Rlp, The Rlp Is The Authoritative Source.
Closing Date9 Jan 2025
Tender AmountRefer Documents
MUNICIPALITY OF LAMBAYONG Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Supply & Delivery Of Materials- Installation Of Airconditioning Units 1. The Local Government Unit Of Lambayong, Through 20% Development Fund Intends To Apply The Sum Of Four Million Nine Hundred Ninety-one Thousand Six Hundred Ten Pesos Only (php 4,991,610.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lam-bac-477-024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lambayong Now Invites Bids The Supply & Delivery Of Materials- Installation Of Airconditioning Units. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lambayong And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 5. The Local Government Unit Of Lambayong Will Hold A Pre-bid Conference On December 18, 2024 2:00 P.m. At The Bac Office, New Municipal Hall, Lambayong, Sultan Kudarat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m.; January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m.; January 6, 2025 At The Office Of The Bids And Awards Committee, New Municipal Hall, Lambayong, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Local Government Unit Of Lambayong Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ramon J. Dudo Bac Chairperson 9802 Poblacion, Lambayong, Sultan Kudarat 09662296201/ 09171180904/ 09163712885 Baclambayong@gmail.com/ Lgu_lambayong@yahoo.com Qty Item Description Unit 40 Nut And Washer 3/8 Pcs 11 Angle Bar 1 1/2" X 1 1/2" X 3/16 Length 11 Expansion Bolt 3/8 Pcs 1 Consumables Lot 1 Fence Of Outdoor Unit Lot 11 2fdn200hyl/rcn100hylx2 Set
Closing Date3 Jan 2025
Tender AmountPHP 4.9 Million (USD 86.1 K)
Environmental Management Bureau Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation/proposal (negotiated Procurement-small Value Procurement) Rfq No. & Date : Admin-ps2025-01-002/ 1/8/2025 Pr No. Date : Admin-ps2024-11-405/ 11/29/2024 The Denr-environmental Management Bureau (emb-xi) Bids And Awards Committee Through Procurement Unit Will Undertake A Negotiated Procurement-small Value Procurement For The Project Parking Space Rental For Emb Xi Service Vehicle, Client And Employees Of The Admin-ps, In Accordance With 53.9 Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184. Name Of Project : Parking Space Rental For Emb Xi Service Vehicle, Client And Employees Approved Budget Of The Contract : Five Hundred Ten Thousand Pesos Only (p 510,000) Specifications : Please See Attached Specification Location : Sta. Ana Office - 3rd Avenue, Corner V. Guzman St., Sta.ana Davao City Delivery Term : January 2025 – December 2025 Interested Suppliers Are Required To Submit Their Valid And Updated Documents During The Submission Of Offer/quotation/proposal Enclosed In An Envelope Properly Sealed With Signature. However, A Prospective Supplier May Be Allowed To Submit His Eligibility Requirements Electronically. Thus, Said Supplier Shall Certify/sign The Submitted Documents As To Correctness Of The Statements Made And The Completeness And Authenticity Of The Documents Submitted. Non-compliance Would Be Ground For Disqualification Of The Submitted Quotation/proposal. The Following Are The Requirements: 1. Mayor’s Permit/business Permit; 2. Philgeps Registration Number; 3. Certificate Of Registration (cor) 4. Omnibus Sworn Statement (oss) 5. Bank Details; 6. Priced Quotation Form “a”, And Other Requirements Of Technical Specification Form The Contract Shall Be Made To The Lowest Calculated Responsive Quotation Submitted, And From Which Complied And Or Has Met The Minimum Description Stated Above, And With The Other Terms And Conditions Stated In The Price Quotation Form. The Submission Of Quotation And Eligibility Documents Will Be On Or Before January 14, 2025 At 5:00 Pm At The Procurement Unit, Emb Xi, 3rd Avenue Corner V. Guzman St. Sta Ana, Davao City. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His Duly Authorized Representative/s. For Inquiries, Or For Any Other Concerns, You May Please Contact Us Through Tel. No. (082) 234-0061 / 0991-203-4464/0915-543-3203 Or Via Email Embxiprocurement@emb.gov.ph / Embxi.chabss@gmail.com. Very Truly Yours Engr. Christian N. Saplagio Bac Secretariat Head Price Quotation Form Date: January 8, 2024 The Procurement Unit Environmental Management Bureau –xi 3rd Avenue Corner V. Guzman St. Sta. Ana, Davao City Sir/ Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation Hereunder Is Our Quotation/s For The Item/s As Follows: Item Description Particulars/ Technical Specifications Bidders Offer Qty/unit Unit Price Total Price Parking Space Rental For Emb Xi Service Vehicle, Client And Employees Specifications: - Can Accommodate At Least 15 Vehicle - Within 500 Meters Distance From The Office - With Fence And Gate 12/ Months Amount In Words: __________________________________________________________________ The Above Quoted Price Is Inclusive Of All Costs And Applicable Taxes. I Hereby Certify To Comply With All The Above Technical Specifications. Very Truly Yours, ______________________________________ ____________________ Signature Over Printed Name Of Representative Contact Number ______________________________________ ____________________ Company Name Date ______________________________________ Company Address
Closing Date14 Jan 2025
Tender AmountPHP 510 K (USD 8.7 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
the Purpose Of This Notice Is To Obtain A Snapshot Of Current Market Capabilities And Gain Knowledge Of Potential Small Business Sources To Include Small Business In The Following Socioeconomic Categories: Certified Hub Zone; Woman-owned Small Business {wosb) And Serviced-disabled Veteran-owned Small Business {sdvosb); Veteran Owned Small Business {voss) And 8(a) Small Business Concerns To Perform Land Mitigation And Vegetation Clearing Efforts. Other Than Small Business Is Encouraged To Express Interest And Submit Capability Statements As Well.
contractors' Capabilities Will Be Reviewed Solely For The Purpose Of Determining An Appropriate Acquisition Strategy To Include Whether This Prospective Action Is Appropriate To Be Set-aside For The Small Business Community Or Should Proceed As An Unrestricted Full And Open Acquisition. Other Than Small Businesses Are Encouraged To Respond To This Notice To Provide A Greater Context Of Current Market Capabilities. However, Per The Federal Acquisition Regulations, Preference Will Be Given To The Small Business Categories As Listed Above. In Determining The Acquisition Strategy, The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Available Contractors.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement And Acquisition Strategy To Establish A Firm Fixed Price (ffp) Five (5) Year Multiple Award Task Order Contract (matoc) To Provide Mitigation And Vegetation Services Within The California Sacramento District Area Of Responsibility To Include But Not Limited To: Sagebrush-scrub Upland, Pine-oak Woodland, Valley Oak, Woodland, Elderberry, Savannah, Grasslands, Valley Creep And Riparian/upland.
the Potential Requirement May Result In A Solicitation Issued Approximately In January 2025. If Solicited, The Government Intends To Award A Five (5) Year Firm Fixed Price Multiple Award Idiq Contract. Delivery Orders May Range In Value From $2,000.00 To $14,000,000.00. The Total Individual Task Orders Placed Against A Matoc Shall Not Exceed $99,000,000.00 To Any One Contractor. The Total Capacity Of The Matoc Would Be Shared Amongst All Contractors.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 561730 Small Business Size Standard For The Naics, 9.5m As Established By The U.s. Small Business Administration, The Product Service Code For The Potential Requirement Is Anticipated To Be S208 Housekeeping- Landscaping/groundskeeping
the Potential Task List Includes But Is Not Limited To Tree Removal And Trimming, Arborist Services, Tree Diagnosis/assessment Report Preparation, Tree Surgery, Bark Scribing, Vegetation Clearing, Chipping, And/or Masticating; Orchard Removal And Disposal; Elderberry Transplanting, Maintenance, And Abatement Services; Native Plant Propagating Services: Seed Collection, Container Plant Growing, Seedling Transport And Installation; Irrigation: Water Well Drilling And Pump Installation, Temporary Irrigation System Installation And Maintenance, And Irrigation System Removal; Earth Grading/shaping, Drainage System Installation; Creation Of Wetlands, Retention Ponds, And Creek Restoration/improvement Features; Mitigation Site Preparation: Clearing/grubbing, Ripping, Grading, And Rototilling/amendment Incorporation; Creation Of Wetlands And Other Central Valley California Native Plant Communities For Mitigation Purposes; Container Plant Installation, Maintenance, And Browse/gopher Protection Device Installation; Perform Vegetation Maintenance Duties Including Mowing, Spraying, Weeding, Pruning; Perform Invasive Species Management And Abatement; Achieve Survival Rates Set Forth In Task Orders For Vegetation Establishment; Replacement Of Dead And Dying Plants; Vegetation Survival Studies; Prepare Monthly And Yearly Reports And Site As-built Records; Fire Break Creation And Maintenance; Storm Water Prevention Plan (swppp) Permit And Application Processing, Swppp On Site Bmp Installation And Removal; Coordination And Processing Of Required Work And Right Of Entry Permits Where Applicable.
work Elements:
acquire Permits
maintain Seedling Health
provide Water
browse Guards
mitigation Sites
removing Infrastructure
clean-up
monitoring Plant Survival Rates
replace Dead Plants
clearing
mowing
site Layout
container Plants/
multi-year Establishments
sites Clean And Organized
deer-friendly Livestock Fence
npdes Stormwater Compliance
soil Preparation
document/documentation
orchard Removal
storm Water Sampling
field Leveling
performing Weed Control
temporary Deer Fences
foster Proper Development
plant Delivery
testing And Reporting
grass Seeding For Erosion Control
planting Mitigation Sites
transplanting Elderberry Shrubs
grass Seeding For Habitat Restoration
preparing Mitigation Sites For Planting
watering
herbivore Browse
prep-work Submittals
weeding
irrigation Systems
propagating Seedlings
wetlands
maintain Features
propagule Collection
maintain Plants
provide Container Plants
the Above Description Of Work Is For The Purpose Of General Information Only And Is Not Intended To Include And Describe Every Feature Or Item Of Work Or The Define The Scope Of Work.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
capability Statement:
the Following Requests Are Designed To Inform The Us Army Corps Of Engineers, Sacramento District, Of Current Service Contractor Market Capabilities. The Submission Is Limited To 10, 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 12.
1) A Statement Of Positive Intent To Submit A Proposal For A Matoc
2)offerors’ Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
3) Offerors’ Experience And Capability (either Through Self-performance In Excess Of 50% Or The Managing Of One Or More Subcontracts As A Prime) Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Comparable Work Performed Within The Past Six (6) Years. Describe The Primes’ Self-performed Effort, And/or Subcontractor Management), Brief Description Of The Project, Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project- Provide At Least Three (3) Examples.
4) Offerors’ Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Ines Corbett, A, At (ines.d.corbett@usace.army.mil And Cc Contracting Officer Amelia Bryant At Amelia.k.bryant@usace.army.mil ) By 10:00 A.m. Pacific Time, On Tuesday, 12 Dec 2024.
please Include The Sources Sought Notice Number, ‘w9123825s0003’ In The E-mail Subject Line.
Closing Date6 Jan 2025
Tender AmountRefer Documents
CAWIT ELEMENTARY SCHOOL ZAMBOANGA CITY Tender
Security and Emergency Services
Philippines
Details: Description 2025-01-038 Daytime Security Guard (feb To Dec 2025) The Role Is To: 1. Patrolling Routine Patrols: Guards Regularly Patrol Premises To Monitor For Suspicious Activities Or Security Breaches, Either On Foot Or By Vehicle. Monitoring Perimeter: They Check The Perimeter Of A Building Or Site To Ensure Fences, Gates, And Other Barriers Are Intact And Secure. Surveillance: Using Security Cameras Or Other Monitoring Systems To Keep An Eye On Critical Areas. 2. Access Control Managing Entry Points: Security Guards Control Access To Buildings Or Restricted Areas, Checking Identification, Verifying Credentials, And Ensuring Only Authorized Individuals Can Enter. Visitor Screening: They May Sign In Visitors, Issue Temporary Badges, And Ensure That All Visitors Follow Security Protocols. 3. Surveillance Monitoring Cctv Monitoring: Guards Monitor Security Cameras To Detect Any Unusual Behavior Or Potential Threats. Responding To Alarms: They Are Responsible For Investigating Alarms And Taking Appropriate Action, Such As Contacting Authorities If Necessary. 4. Responding To Incidents Emergencies: In Case Of Incidents Such As Fires, Medical Emergencies, Or Break-ins, Security Guards Are Trained To Respond Quickly, Initiate Emergency Protocols, And Alert Emergency Services. Conflict Resolution: They May Intervene In Disputes Or Conflicts On The Premises And Ensure Situations Are Handled Calmly And Safely. 5. Report Writing Incident Reports: Security Guards Are Required To Document Any Incidents, Including Criminal Activities, Accidents, Or Safety Hazards. These Reports Serve As Evidence And May Be Used For Legal Purposes. Log Maintenance: Guards Keep Logs Of Their Daily Activities, Patrol Routes, And Any Significant Occurrences During Their Shifts. 6. Enforcing Rules And Regulations Policies And Procedures: They Enforce Building Policies, Safety Rules, And Any Other Regulations Specific To The Premises They Are Assigned To. Preventing Trespassing: Guards Ensure That Unauthorized Individuals Do Not Trespass On The Premises And Take Appropriate Action If They Do. 7. Customer Service Assisting The Public: Security Guards Often Act As The First Point Of Contact For Customers, Visitors, Or Employees, Offering Assistance Or Information When Needed. 8. Providing Directions: Guards Can Help With Wayfinding Or Address Concerns, Contributing To A Positive Environment. 9. Preventive Measures Deterring Criminal Activity: Their Visible Presence Helps Prevent Crimes Like Theft, Vandalism, Or Trespassing. Inspection Of Deliveries: In Some Cases, Security Guards Inspect Deliveries To Prevent Unauthorized Materials From Entering The Premises. 10. Coordination With Law Enforcement Reporting Suspicious Activity: If A Security Guard Observes Potential Criminal Behavior, They Report It To Law Enforcement And Assist In Investigations. Assist Police Or Emergency Services: During Criminal Activities Or Emergencies, Security Guards Work Alongside The Police Or Other Emergency Responders. 10. Health And Safety First Aid: Many Security Guards Are Trained In Basic First Aid And Cpr To Assist In Medical Emergencies. Safety Protocols: Guards Ensure That Safety Measures, Such As Fire Drills Or Evacuation Plans, Are Properly Carried Out. Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Important Notice To The Bidder: -prospective Bidder May Obtain Further Information By Visiting Cawit Elementary School At Zone 4, Cawit, Zamboanga City During Office Hours 8:00 Am To 5:00 Pm. Contact The Bac Secretariat @09976993710 Or Email Jesicasiayuen.chong@deped.gov.ph For The Issuance Of The Signed Quotation. Bidders May Also Download The Quotation And Canvasser's Form On The Philgeps Website. -fill Up And Sign The Quotations And Canvasser's Form To Be Submitted Together With The Copies Of The Philgeps Certificate Of Registration And Mayor's Permit In A Sealed Envelope Indicating The Company's Name, Pr Number, And Address To The Bac Chairperson. The Deadline Of The Submission Of The Quotation Will Be On January 30, 2025 On Or Before 8:30 Am And Must Marked Received With Time And Date To Be Dropped In The Drop Box Located At Cawit Elementary School Building 1 Room 1.
Closing Date30 Jan 2025
Tender AmountPHP 183.3 K (USD 3.1 K)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state:louisiana
city:alexandria
delineated Area:
north: Red River To Hwy 1;
east: Willow Glen River Road To I-49;
south: Hwy 71 To Hwy 165;
west: Hwy 165.
minimum Sq. Ft. (aboa):17,905 Aboa Sf
maximum Sq. Ft. (aboa):18,800 Aboa Sf
space Type:office & Related
parking Spaces (total):37
parking Spaces (surface/secured):37 (parking Spaces Must Be Fenced-in)
parking Spaces (reserved):37
full Term:10 Years
firm Term:5 Years
option Term:n/a
additional Requirements:
space Must Be Contiguous.
site Must Include 14,300 Sf Of Wareyard Space.
building Must Be Able To Accommodate Employee Parking Within 0.1 Miles.
all Offered Spaces Are Subject To A Security Assessment.
other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expression Of Interest Submission Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
1. Name Of Owner;
2. Property Authorization Letter From The Owner;
3. Address Or Locational Description Of The Building;
4. Age Of Building;
5. Total Gross Square Feet; And Gross Square Feet Per Floor;
6. Site Plan Depicting The Building And Parking;
7. Floor Plan And Gross Square Footage Of The Proposed Space;
8. Identification Of On-site Parking;
9. A Map Demonstrating The Building Is Within The Delineated Area;
10. A Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property;
11. A Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property;
12. Building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development;
13. Any Information Related To Title Issues, Easements And Restrictions On The Use Of The Building;
14. A Description Of Any Planned Land Development Or Construction Which Will Affect The Building Including Neighboring Projects And Road/ Utility Line Construction.
15. If Submitting A Land Site, Offerors Are Required To Provide The Following Information In Addition To What Has Been Requested:
accurate Street Address And/or Cross Streets;
aeriel Overview Of The Site With Clearly Marked Property Boundaries;
site Pictures And Those Of Surrounding Area;
expressions Of Interest Due:january 29, 2025
market Survey (estimated):late February/early March 2025
occupancy (estimated):summer 2026
send Expressions Of Interest To:
name/title:brad Seifert, Broker
address:2445 M Street, Nw,suite 510,washington, Dc 20037
office:(202) 652-4192
email Address:bradford.seifert@gsa.gov
and To:
name/title:hunter Powell, Broker
address:2445 M Street, Nw,suite 510,washington, Dc 20037
office:(504) 301-7139
email Address:hunter.powell@gsa.gov
government Contact Information
lease Contracting Officer:meredith Whitley
project Manager:nick Porter
broker:public Properties
Closing Date29 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List;
information Requested From Industry:
in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List.
vendor Name:
sam Uei #:
name Of Manufacturer:
manufacturer Address:
estimated Delivery Time:
sac Fss Contract Number
vendor Point Of Contract (poc) Name
poc Phone Number:
poc Email Address:
statement Of Work
introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc.
the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days.
note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor.
site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow).
this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts.
the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area.
within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas.
all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq.
all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed.
all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New.
waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris.
the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings.
painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property.
the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights.
external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling.
the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc.
the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc.
number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications.
contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate).
connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq.
the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
utility Shutdowns And Hot Work Permits
contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed.
the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station.
note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required.
badge Requirements
the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.]
site Visit
the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk.
the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting.
exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor.
general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source.
the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities.
should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines.
all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected.
equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment.
the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor.
any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration.
contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits).
the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities.
all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed.
all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New.
all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable.
air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork:
safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable.
if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work.
install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work.
valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain.
trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain.
the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor.
equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor.
belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors.
plumbing Requirements
plumbing
grooved Or Mechanical Fittings Are Allowed On Piping.
the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp
traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste
connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture.
plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings.
escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate.
pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible.
piping Shall Conform To The Following:
waste, Storm Water Drain And Vent: Drain To Main Stack As Follows:
pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot
exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents.
insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping
interior To The Building And Outdoor External Air Piping Shall Be Copper Tube.
all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible.
pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings.
pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings.
electrical Requirements
electrical
electrical Installation
conduits, Fittings, And Electrical Wire
all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec).
install A New Power Disconnect Box For Each Piece Of Equipment.
all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers.
all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70.
all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals.
wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes.
wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation.
all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color.
the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served.
lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable.
all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment.
nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material.
the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification.
electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms.
any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed.
data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets
receptacles Shall Be Underwriters Laboratories Certified.
mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws.
ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or.
the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal.
the Receptacle Bodies Shall Be White In Color.
four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box.
gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second.
receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner.
wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White.
standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable.
for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches.
the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use.
marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen.
label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers.
dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections.
prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level.
installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor.
the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System.
the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services.
the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures.
the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request.
the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq.
incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910.
sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition.
city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Directorate Maritime Procurement Tender
Machinery and Tools
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 Esquimalt, British Columbia And Cfb Halifax, Nova Scotia . Item 1, Gsin: N4820, Nsn: 20-0100608, Valve, Butterfly Part No.: Cn-161019, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 2, Gsin: N4820, Nsn: 20-0100608, Valve, Butterfly Part No.: Cn-161019, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 3, Gsin: N4820, Nsn: 20-0100617, Valve, Butterfly Part No.: Cn-160807, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 4, Gsin: N4820, Nsn: 20-0100617, Valve, Butterfly Part No.: Cn-160807, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 5, Gsin: N4820, Nsn: 20-0100641, Valve, Butterfly Part No.: Cn-160808, Ncage: L0470, Bray Controls Canada Ltd Quantity: 10, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 6, Gsin: N4820, Nsn: 20-0100641, Valve, Butterfly Part No.: Cn-160808, Ncage: L0470, Bray Controls Canada Ltd Quantity: 10, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 7, Gsin: N4820, Nsn: 20-0100642, Valve, Butterfly Part No.: Cn-160809, Ncage: L0470, Bray Controls Canada Ltd Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 8, Gsin: N4820, Nsn: 20-0100642, Valve, Butterfly Part No.: Cn-160809, Ncage: L0470, Bray Controls Canada Ltd Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 9, Gsin: N4820, Nsn: 20-0100645, Valve, Butterfly Part No.: Cn-160816, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 10, Gsin: N4820, Nsn: 20-0100645, Valve, Butterfly Part No.: Cn-160816, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 11, Gsin: N5340, Nsn: 20-0101189, Lever, Manual Control Part No.: 010400-2110007, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 12, Gsin: N5340, Nsn: 20-0101189, Lever, Manual Control Part No.: 010400-2110007, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Bidders Proposing An Equivalent Or Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscn/ncage Of The Item Of Supply They Are Offering. Bidders Proposing An Equivalent Or Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscn/ncage Of The Manufacturer. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Requirement Does Not Offer Exchange Rate Fluctuation Risk Mitigation. Requests For Exchange Rate Fluctuation Risk Mitigation Will Not Be Considered. All Bids Including Such Provision Will Render The Bid Non-responsive. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date31 Jan 2025
Tender AmountRefer Documents
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description A.contract Id : Antipolo-15january2025-01 B.name Of Project : Site Development Works At Lores Elementary School, Brgy. San Roque, Antipolo City C.location : Brgy. San Roque, Antipolo City D.brief Description : Site Development Works E.major Item Of Works : Construction Of Arc, Gate And Fence; Repainting Works F.approved Budget For The Contract : Php 1,055,329.47 G.duration : 90 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 27, 2024 - January 15, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 02, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 15, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 15, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Date15 Jan 2025
Tender AmountPHP 1 Million (USD 18 K)
Department Of National Defence Tender
Machinery and Tools
Canada
Details: File Number: W8486-250048/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. Delivery Is Requested At The Canadian Forces Supply Depots (cfsd) In Montreal And Edmonton Within Thirty (30) Calendar Days Of Contract Award. Item 1 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 2 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 40, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 3 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 4 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 5 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 6 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 7 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 8 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 9 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 50, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 10 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 11 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 12 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage 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. Debriefings Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids 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 Date28 Jan 2025
Tender AmountRefer Documents
4131-4140 of 4195 archived Tenders