Fencing Tenders

Fencing Tenders

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description A.contract Id : Antipolo-08january2025-23 B.name Of Project : Improvement Of Child Development Center At Peace Village 2, Brgy. San Luis, Antipolo City C. Location : Brgy. San Luis, Antipolo City D.brief Description : Repainting Of Whole Structure And Fence; Replacement Of Ceiling And Roof Eaves; Replacement Of Gutter And Downspout E.major Item Of Works : Replacement Of Electrical Fixtures And Rewirings; Repainting Works; Plumbing Works F.approved Budget For The Contract : Php 862,565.55 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 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 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 08, 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 08, 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 Date8 Jan 2025
Tender AmountPHP 862.5 K (USD 14.8 K)

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description A.contract Id : Antipolo-08january2025-04 B.name Of Project : Additional Improvement Of 17m X 30m Acg Multi-purpose Covered Court At Sitio Tanza 2, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D.brief Description : Improvement Of Drainage Canal, Court Fence; Repair Of Court And Canopy Roof; Repainting Of Covered Court E.major Item Of Works : Painting Works; Electrical Works F.approved Budget For The Contract : Php 2,371,713.39 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 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 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 08, 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 08, 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 Date8 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.8 K)

Department Of National Defence Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Canada
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Esquimalt And Cfb Halifax. Item 1, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea , To Be Delivered To Cfb Esquimalt. Item 2, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item3, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 4, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 5, Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 6, : Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 7, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Esquimalt. Item 8, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Halifax. Item 9, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 10, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 11, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 12, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 13, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 14, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 15, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 16, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 17, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 18, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 19, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 20, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 21, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 22, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 23, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 24, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 25, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 26, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 27, Gsin: 5310, Nsn: 99-8845932, Nut, Plain, Castellated, Hexagon Part No.: Qca/ssk/m/100/40/0002/202, Ncage: K2516 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 28, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 29, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. 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. This Procurement Is Subject To The Controlled Goods Program. The Defence Production Act Defines Canadian Controlled Goods As Certain Goods Listed In Canada’s Export Control List, A Regulation Made Pursuant To The Export And Import Permits Act (eipa). The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

The City Of Rous Nov Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: The subject of the public contract is the modification of the area sewerage system, preparation of the territory, repair of roads, paved areas and fencing. Within the framework of the storm sewerage system, only the existing reconstructed routes will be modified. New storm street and line drains will be connected to the existing sewerage system. Repairs of roads involve the construction of paved areas - roads, sidewalks and parking spaces in the existing area. The exact definition of construction and assembly works is contained in the project documentation and the list of construction works, supplies and services with a statement of quantities and a list of ancillary costs, which are separate annexes to the tender documentation (hereinafter also referred to as "zd") processed by the design office: Atelier 99 Sro, Purkyňova 71/99, 612 00 Brno.
Closing Date31 Jan 2025
Tender AmountCZK 8.8 Million (USD 365.7 K)

BUREAU OF RECLAMATION USA Tender

Civil And Construction...+1Others
United States
Details: Notice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. No Formal Solicitation For This Work Exists At This Time.the Bureau Of Reclamation, Missouri Basin Region, Is Currently Conducting Market Research In Accordance With Far Part 10 For Preliminary Planning To Determine If This Project Is Appropriate For A Small Business Set-aside Category, As A Request For Proposal (rfp), Firm Fixed Price (ffp). The Naics Code For This Requirement Is 238990 All Other Specialty Trade Contractors.backgroundthe Bureau Of Reclamation Leadville Mine Drainage Tunnel (lmdt) Is Located In Leadville, Colorado (lake County). The Facility Requires The Replacement Of The Existing Main Vehicle Access Gate. The Purpose Of This Sources Sought Is To Research The Replacement Of The Vehicle Access Gate.scope Of Work:the Scope Of This Requirement Includes All Necessary Labor, Equipment, And Materials To Install One (1) New Remotely Actuated Vertical Pivot Gate Operators And Associated Vehicle Sensors To The Front Entrance Of The Facility Driveway In The Same Location As Existing Entrance Gate. This Gate Will Need To Be A Dual Tilt Gate With Each Side Extending No More Than 4 Inches Above The Existing Fence To Prevent Any Issues With The Overhead Powerlines In Front Of The Facility. The Requirement Would Include Removal Of Existing Gate, And Installation Of The New Gate, Stanchions, And Operator Footings, And Keypads. Running The Wiring And Communications Cables To The Facility. Due To Seasonal Requirements, On-site Performance Would Occur During The Period Of June Through September. Disclaimer: This Sources Sought Notice Is For Market Research And Planning Purposes Only In Accordance With Far Part 10 And Shall Not Be Considered As A Request For Proposals (rfp), Request For Quote (rfq), Invitation For Bid (ifb) Or As An Obligation On The Part Of The Government To Acquire Any Services. Responses To This Sources Sought Notice Shall Not Serve As Proposals, Bids, Or Offers, Which Could Be Accepted By The Government To Form A Binding Contract. The Bureau Of Reclamation Will Not Accept Unsolicited Proposals Related To The Subject Of This Sources Sought Notice. The Responder Must Clearly Identify Any Information It Considers Sensitive Or Proprietary. All Information Received In Response To This Sources Sought Notice That Is Marked "proprietary" Will Be Handled Accordingly. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Responses To This Sources Sought Notice Will Not Be Returned.respondents Are Solely Responsible For All Expenses Associated And Incurred By Responding To This Sources Sought Notice. The Government Does Not Require Any Cost For Participating In This Market Research And Sources Sought. The Government Reserves The Right To Determine How It Should Proceed As A Result Of This Notice.an Important Outcome Of This Research Will Be The Determination To Consider If This Can Be Acquisitioned As A Small Business Set Aside, And The Competitive Set Aside Category In Accordance With (iaw) Far 19.201(a). The Government Is Interested In All Socioeconomic Contracting Programs (i.e. Native American/indian-owned Businesses, 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns). The Government Requests That Interested Parties Respond To This Notice With Capabilities And Identify Your Small Business Status With Respect To The Identified Naics Code.the Bureau Of Reclamation Is Seeking Industry Information And Comments From Sources With The Capability To Perform The Requirements Of This Project And With Relevant Experience In All Of The Functional Areas Required. Offerors Are Advised That Providing A Capabilities Statement Will Not Automatically Include The Offeror In Any Future Portion Of The Acquisition Process Or Be Considered A Response To Forthcoming Solicitation.not Responding To This Sources Sought/request For Information Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Posted On The System For Award Management (sam.gov). It Is The Responsibility Of The Interested Parties To Monitor These Sites For The Possibility Of Additional Information Pertaining To This Requirement.requested Informationinterested Parties Are Requested To Respond With The Following Data:administrative Data: - Company Name, Unique Entity Id (uei), Mailing Address, Phone Number, And E-mail Of Designated Point Of Contact. - Information Regarding Business Size And/or Socioeconomic Designation (hubzone, 8(a), Sdb, Wosb, Sdvosb, Isbee, Iee). - A Statement Of Interest And Capabilities Information. Capability Information Should Include Licensing, Bonding, Insurance, And Past Experience. Submission:responses Shall Be Submitted No Later Than 5 February 2025, 2:00 Pm (14:00)(mst). All Responses Shall Identify The Subject Of The Communication As Lmdt Access Gate Replacement Ss/rfi Response (insert Company Name)responses Shall Be Submitted Via Electronic Mail To The Contracting Specialists: Feyna Li At Fli@usbr.gov And Monte Baird At Mbaird@usbr.gov. Any Responses After The Due Date And Time Will Not Be Accepted.questionsquestions Regarding This Sources Sought/request For Information Shall Be Submitted In Writing, Through E-mail, To The Contracting Specialists, No Later Than 30 January 2025, 2:00 Pm (14:00) (mst). Verbal Questions Will Not Be Accepted.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

National Development Company Tender

Machinery and Tools
Philippines
Details: Description Request For Quotation Reference No.: Mr25-01-004 We Are Inviting All Interested Suppliers To Submit Their Best Quotation For The Procurement For The Services Of A Two (2) Third (3rd) Party Appraiser To Inspect Value The Ndc’s Tank Farm Facility Located In Lide, Isabel, Leyte: Tank Farm Facility A. Equipment List 1 Fuel Oil Tank (t-85101-a) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 2 Fuel Oil Tank (t-85101-b) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 3 Diesel Oil Tank (t-85102) Capacity: 20,000 Barrels With Level Indicator 4 Fuel Oil Pumps (p-85101 A/r) 2 Units; Gear Type Capacity/unit: 30mt/hr 5 Diesel Oil Pumps (p-85102 A/r) 2 Units; Gear Type Capacity/unit 20 Mt/hr 6 Foam Storage Tank For Fire Water System B. Line List 1 8” Fuel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 2 6” Diesel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 3 8” Fuel Oil Suction Lines From Tank Suction Heaters To Fuel Oil Pumps (with Suction Filters) 4 4” Diesel Oil Suction Lines From Diesel Oil Tank To Diesel Oil Pumps (with Suction Filters) 5 3” Low Pressure Steam Lines To Fuel Oil Tank Suction Heaters 6 Condensate Return Lines From Fuel Oil Tank Suction Heaters (with Steam Traps) 7 Instrument Air Lines 8 Fire Water Lines To 3 Fuel Tanks C. Miscellaneous 1 Tank Farm Dike 2 Cyclone Wire Fences 3 Lpg Storage Fire Walls C. Building And Other Land Improvements Scope Of Services: 1. The Appraisal Services Shall Cover Table Appraisal Of The Abovementioned Tank Farm Facility, Including Buildings And Other Land Improvements, To Establish The Updated Market Value, Prompt Sale Value, And Rental Value Using The Appropriate Methodology. 2. Valuation – Gather And Analyze Data On Recent Sales Of Similar Properties In The Vicinity Of The Subject Property And Interview People Known To Be Knowledgeable Of Real Estate Prices And The Circumstances Of The Sales. 3. Gather And Analyze Data On The Prevailing Rental Rates In The Vicinity Of Properties Of The Same Classification Or Highest And Best Use And Provide An Opinion Of The Market Rental Value Of The Subject Property Also Stating Therein The Appropriate Lease Terms. Duration Of Work: The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. Reporting Requirements: A Draft Narrative Report Shall Be Submitted Based On The Above Scope Of Work To The Asset Management Group, Before Its Finalization. The Report Should Clearly And Accurately Set Forth The Conclusions Of The Valuation/appraisal In A Manner That Is Not Misleading Specifying All Assumptions And Limiting Conditions Upon Which The Value Conclusion Is Contingent. 3rd Party Appraiser The 3rd Party Appraiser Must Be Duly Accredited By The Bangko Sentral Ng Pilipinas (bsp) And Qualified To Conduct The Appraisal And Has Previously Completed A Similar Appraisal Work For The Abovementioned Property. No. Of Appraisers Required: Two (2) Cost And Manner Of Payment: The Total Cost For The Appraisal Of The Subject Property Shall Not Exceed P40,000.00 Per Appraisal Company (inclusive Of Vat And Out-of-pocket Expenses), And Payable Upon Completion Of The Work. Approved Budget : ₱ 80,000.00/₱ 40,000.00 Per Appraisal Company Inclusive Of Taxes Submission Of Quotation And : January 28, 2025 Eligibility Requirements Mode Of Procurement : Small Value Procurement (53.9) Eligibility Requirements : 1. Valid And Current Mayor’s Permit (certified True Copy) 2. Philgeps Registration Number (certified True Copy) 3. Omnibus Sworn Statement (notarized And Accordance With Gppb Circular 04-2020 Dated September 16, 2020) Note: In Lieu Of The Mayor’s Permit And Philgeps Registration Number, You May Submit A Valid Certificate Of Philgeps Registration (platinum Membership). Please Submit Your Quotation And Eligibility Requirements In A Sealed Envelope At The Address Stated Below. Name Of Bidder: Bids And Awards Committee National Development Company 7/f Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City Fax: 840-4862 Attention: Bac Secretariat Reference Number: Mr25-01-004 All Prices Should Be Vat Inclusive. Further, Please Indicate In The Quotation The Following: 1. Terms Of Payment - Government Terms 2. Delivery Period – The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. (originally Signed) Agm Alewijn Aidan K. Ong Chairperson, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)

City Of Cape Town Tender

Others
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500517 Title Hygienic Products & Items Description 100 Each X Toothpaste 100ml 100 Each X Hand Washing Bar Soaps 175g 100 Each X Vaseline Blue Seal 50ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Face Cloths Specification* Ref Gg12500517 Please Assist With The Supply Of Below Goods To Rocklands Admin Office Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 100x Toothpaste 100ml Colgate/aquafresh Or Equivalent Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 * 100x 175g Hand Bar Soap (lifebuoy Or Equivalent) Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Fresh Antigerm Bar Soap Gives A Clean And Refreshing Feeling.with Flaxseed Oil Helps Strengthen Your Skin's Natural Ability To Protect Against Germs. For The Good Health Of Your Skin. Boosts Your Natural Anti-germ Defences By 10x More. * 100x Vaseline Blue Seal/equivalent 50ml Specs Vaseline Petroleum Jelly Original Locks In Moisture And Is The Ideal Product For A Multitude Of Skin Care Needs. Vaseline Petroleum Jelly Original Is Made With 100% Pure Petroleum Jelly That Is Guaranteed To Have Been Through 3 Purification Steps. It Is Also A Fragrance-free, Hypoallergenic Moisturizer That Is Non-irritating And Non-comedogenic, Which Means Original Vaseline Petroleum Jelly Does Not Clog Pores. Vaseline Blue Seal Original Has Many Uses, Including Personal Care, Baby Care, And Beauty. The Unique Formulation Penetrates Into Surface Skin Layers And Locks In Moisture To Create A Protective Barrier. By Sealing In Moisture, It Assists The Skin's Natural Recovery, Rejuvenating Visibly Dry Skin And Reducing The Appearance Of Fine, Dry Lines. Vaseline Jelly Protects The Skin From Windburn And Dry, Cracked Skin And Minor Cuts, Scrapes, And Burns. Vaseline Petroleum Jelly Original Combines All Key Elements Of A Good Moisturizer In One. This Petroleum Jelly Is Gentle, Safe And Effective At Moisturizing And Protecting Your Skin. Vaseline Petroleum Jelly Is Clinically Proven To Help Restore Dry Skin. * 100x Antiperspirant Roll On For Men 55ml 100 For Men Shower To Shower Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Antiperspirant Roll On For Women 55ml 100 For Men Shield Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Facecloths 30cmx30cm Features Home Cotton Face Cloth Teal Covers Your Basic Bathroom Needs. This Towelette Is Crafted From 100%% Pure Cotton For A Soft, Luxurious Feel And Measure 33 X 33cm. Delivery Date2025/02/28 Delivery Tocs - City Health Csch Delivery Address0 Cnr Lancaster And Park Ave, Rocklands Contact Personsandisiwe Tandwa Telephone Number0744511737 Cell Number Closing Date2025/02/06 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. * supporting Documents: draft Performance Work Statement (available Upon Request) comment Resolution Matrix system Requirements Document (available Upon Request) purpose the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable. this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender. as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business. remote Visual Assessment System Description the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption. rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System. launch Facility lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data. missile Alert Facility mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers. missile Support Center the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room. trainers the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites. towers the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access. network Operations Center/security Operations Center the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support. strategic Missile Integration Complex the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf. software Integration Lab the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws. description Of Cls Performance Activities the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics. the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System). the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements. classification rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable. administration Questionnaire respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government. what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment? what Is Your Experience/past Performance Sustaining Or Modifying Existing Software? what Is Your Experience/past Performance Creating Software For Cots Integration? describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations. describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance. describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems. if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract? if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator? describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays? what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office? what Contract Type Would You Think Is Appropriate For This Cls Effort? what Is Your Ability In Performing The Required Duties As The Rva Network Administration? what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance? what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing. what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes? do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe. does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe. does Your Company Currently Maintain A Facility Clearance? does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe. does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe. does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe. provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation. preface: Company Information please Provide A Cover Sheet With The Following Information: company Information company Name: designated Point Of Contact: name: title: email: phone: mailing Address: business Type/size: cage Code: duns Number: facility Security Clearance: response Instructions & Disclaimers response Format interested Parties Are Requested To Respond With A White Paper In The Following Format: microsoft Word For Office 2007 (or Newer) Compatible 1-inch Margins 12-point Font, Or Larger respondents Should Submit Answers To The Administration Questionnaire Section respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request. submission Instructions And Deadline responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil questions questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website. disclaimer this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo. the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard). it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration. the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease. the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought. the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site. 1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code. 2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful. 3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted. 4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations. 5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration. 6. Are You Able To Customize The Space To Meet Mission Requirements To Include: electronic Security Systems, Intrusion Detection, Cctv Yes___ No___ soundproof Space Yes___ No___ increased Ventilation Yes___ No___ telecommunication Rooms Yes___ No___ chemical Storage Yes___ No___ emergency Eye Wash Stations Yes___ No___ patient Exam Rooms Yes___ No___ overhead Rolling Doors Yes___ No___ would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________ the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid. what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility? _________________________________________________________________________ what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators? __________________________________________________________________________ will A Sub-contractor Be Used? Yes___ No___ if So, What Disciplines Will Require A Sub-contractor? please Provide Facility Pricing Schedules And Lease / Buy Options. please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To: scott Morrison At Scott.morrison@usace.army.mil ines Necker At Ines.necker@usace.army.mil jay Denker At Jay.b.denker@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents 
4211-4220 of 4261 archived Tenders