Fencing Tenders

Fencing Tenders

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)

Kol N Water Management Association Tender

Civil And Construction...+1Excavation
Czech Republic
Details: The Subject of this Public Contract is the Implementation of Construction Works, Which Includes the Design of New Accumulation Areas with a Functional Connection to the Existing Reservoir. The Intention is to Expand the Accumulation Areas of the Křečhoř Reservoir and Thus Improve the Quality of Water Supply for Consumers. The Implementation of the Work Includes the Construction of a New Underground Reservoir with a Volume of 800m3, Construction and Renovation Modifications of the Existing Křečhoř Reservoir, the Design of Paved Areas and Landscaping in the Reservoir Area, Fencing, Pipelines in the Area, and New Technological Equipment of the Existing and New Facility.
Closing Date17 Feb 2025
Tender AmountCZK 33 Million (USD 1.3 Million)

PUBLIC BUILDINGS SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: State: Florida city: Fort Myers (and Surrounding Cities) delineated Area: north: Intersection Of Hwy 777 And I-75, I-75 To Hwy 17, Hwy 17 To Hwy 74, Hwy 74 To Hwy 731; east: Intersection Of Hwy 74 And Hwy 731, Hwy 731 To Hwy 78, Hwy 78 To Hwy 29, Hwy 29 To I-75; south: Intersection Of Hwy 29 And I-75, I-75 To Collier Blvd,collier Blvd To Hwy 41; west: Intersection Of Hwy 41 And Collier Blvd, Hwy 41 To Gladiolus Dr, Gladiolus Dr To Mcgregor Blvd, Mcgregor Blvd To Veterans Pkwy, Veterans Pkwy To Burnt Store Rd, Burnt Store Rd To Hwy 41, Hwy 41 To Hwy 777, Hwy 777 To I-75. minimum Sf (aboa Sf): total Space: 3,400 Sf maximum Sf (aboa Sf): total Space: 6,000 Sf space Type: Flex, Warehouse, Industrial parking Spaces (total): 10 Government Vehicles (gov) 1 Utv 4 Boats On Trailers (at Least 25 Feet Long) 11 Personal Vehicles (employee Parking) parking Spaces (reserved): Secured Parking/fenced Wareyard Must House The 10 Govs, 1 Utv, And 4 Boats On Trailers (approx. 25 Feet Each) full Term: 5 Years firm Term: 3 Years option Term: One Five-year Renewal Option May Be Offered additional Requirements: offered Space Must Be Contiguous And Must Be Located On The First Floor. warehouse Ceiling Height Must Be A Minimum Of 12 Feet High warehouse Must Be Accessible To Vehicles At Ground Level secured Parking/wareyard Must Be Located On Site. Secured Parking/wareyard Must Have Enough Room For A Truck Turning Ardius For A 25-foot Trailer And Must Be Able To Accommodate 4 Boats On Trailers (max 25 Feet). 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 3, 2025 At 4pm occupancy (estimated): No Later Than March 6, 2025 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 (rlp) Number: 4fl0617 government Contact Information: lavar Jamison, Lease Contracting Officer, Phone (954) 232-9031, Email: Lavar.jamison@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 Date3 Jan 2025
Tender AmountRefer Documents 

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 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Alaska city: Anchorage delineated Area: north: East 5th Avenue east: Airport Heights Drive south: Debarr Road To East 15th Avenue west: Ingra Street minimum Sq. Ft. (aboa): 9,000 maximum Sq. Ft. (aboa): 9,900 space Type: Warehouse, Aircraft Hangar parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 15 Years firm Term: 10 Years additional Requirements: the Warehouse And Hangar Must Be Within 500 Feet Of Each Other. warehouse Requirements: 16-to-20-foot Clear Height. warehouse Space May Be Divided Into Multiple Warehouse Units (not To Exceed Three Units) If The Below Conditions Are Met. all Warehouse Units Are Leased From The Same Entity (a Single Lessor). all Warehouse Units Are Within 500 Feet Of Each Other. each Warehouse Unit Must Have Garage Doors And Ceiling That Are At Least 12 Feet Tall. a Single Warehouse Unit Or Combination Of Warehouse Units Must Be Able To Store The Following Without Modification: two (2) Trailers That Are 30’ Long, 8’ Wide And 10’4” Tall. one (1) Trailer That Is 16' Long, 8' Wide And 10'4" Tall. one (1) Trailer That Is 12" Long, 8" Wide And 10’4" Tall. Each Warehouse Unit Must Have Garage Doors And Ceiling That Are At Least 12 Feet Tall. 24-hour Access To The Warehouse Unit(s). the Entirety Of The Property Where The Warehouse Is Located Must Be Enclosed By A Fence No Shorter Than 6’ From Ground Level. maintain A Temperature Of 55 Degrees, 24 Hours A Day/7 Days A Week. hangar Requirements: 6,500 Aboa Hangar With The Ability To House The Following Two Plane Sizes: 42’l X 52’6”w X 15’6”h. 47’6”l X 53’6”w X 14’h. minimum Motorized Hangar Door Size 56’x20’. maintain A Temperature Of 55 Degrees, 24 Hours A Day/7 Days A Week. 24-hour Access To The Hangar. 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 10, 2025 occupancy (estimated): February 20, 2026 send Offers To: nicholas Zabelin, Broker Contractor - Carpenter/robbins Commercial Real Estate, Inc. 2000 Crow Canyon Place, Suite 130 san Ramon, Ca 94583 email Address: Nicholas.zabelin@gsa.gov government Contact Information ryan Reynolds - Lease Contracting Officer nicholas Zabelin, Broker Contractor - Carpenter/robbins Commercial Real Estate, Inc. note: Entities Not Currently Registered In The System For Award Management (sam.gov) Are Advised To Start The Registration Process As Soon As Possible.
Closing Date11 Jan 2025
Tender AmountRefer Documents 

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:texas city:irving delineated Area: north: I-635 Loop; east: I-635 Loop; south: I-20; west: President George Bush Turnpike. sq. Ft. (aboa):56,280 space Type:office parking Spaces (total):171 parking Spaces (structured/secured):171 parking Spaces (reserved):171 full Term:17 Years firm Term:15 Years option Term:n/a additional Requirements: the Space Will Be Occupied By A Law Enforcement Agency. all Parking Spaces Shall Have The Ability To Be Gated/fenced-in. 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. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Irving, Texas That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To Thebuilding You Propose For Consideration. all Submissions Should Include The Following Information: (1) Name Of Owner; (2) Age Of Building; (3) Total Existing Gross Square Feet, And Gross Square Feet Per Floor; (4) Site Plan Depicting The Building And Parking; (5) Floor Plan And Gross Square Footage Of Proposed Space; (6) Identification Of On-site Parking; (7) Address Or Described Location Of Building; (8) Location On Map Demonstrating The Building Lies Within The Delineated Area; (9) A Narrative And Map Describing Proximity Of The Building To The Nearest Busand/or Train Stop, And Major Transportation Routes; (10) Evidence Of Ownership, If Building Submitted By Owner. Non-owners (e.g.brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submitthe Property; (11) Any Information Related To Title Issues, Easements, Or Restrictions On The Useof The Building; And (12) Provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due:february 5, 2025 market Survey (estimated):late February/early March 2025 occupancy (estimated):june 1, 2027 send Expressions Of Interest To: name/title:brad Seifert, Broker Contractor 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 Contractor address:2445 M Street, Nw, Suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:hunter.powell@gsa.gov government Contact Information lease Contracting Officer:michael Noye project Manager:sandy Martinez broker:public Properties
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Department Of National Defence 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 And Cfb Halifax. Item 1, Gsin: 5305, Nsn: 01-4854030, Screw,cap,hexagon Head Part No.: Necb0008c0108mp3hexf, Ncage: 2t359 Quantity: 32, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 2, Gsin5305, Nsn: 01-4854030, Screw,cap,hexagon Head Part No.: Necb0008c0108mp3hexf, Ncage: 2t359 Quantity: 32, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 3, Gsin: 5331, Nsn: 99-7705404, O-ring Part No.: Nes337-327-mn80-(n83b) , Ncage: L6427 Part No.: Nes337-327-mn80-(n83b), Ncage: U6183 Quantity: 120, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 4, Gsin: 5331, Nsn: 99-7705404, O-ring Part No.: Nes337-327-mn80-(n83b) , Ncage: L6427 Part No.: Nes337-327-mn80-(n83b), Ncage: U6183 Quantity: 120, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 5, Gsin: 5331, Nsn: 99-7705175, O-ring Part No.: Nes337-222-mn70-(n73b), Ncage: L6427 Part No.: Nes337-222-mn70-(n73b), Ncage: U6183 Quantity: 100, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 6, Gsin: 5331, Nsn: 99-7705175, O-ring Part No.: Nes337-222-mn70-(n73b), Ncage: L6427 Part No.: Nes337-222-mn70-(n73b), Ncage: U6183 Quantity: 100, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 7, Gsin: 5920, Nsn: 99-0149579, Fuse,cartridge Part No.: Tda304-5.0a, Ncage: K0647 Part No.: T313-005, Ncage: K8473 Quantity: 60, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 8, Gsin: 5920, Nsn: 99-0149579, Fuse,cartridge Part No.: Tda304-5.0a, Ncage: K0647 Part No.: T313-005, Ncage: K8473 Quantity: 60, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 9, Gsin: 5935, Nsn: 01-3346754, Clamp,cable,electrical Connector Part No.: M85049/52s14w, Ncage: 0u583 Part No.: Sae-as85049/52 , Ncage: 0u583 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 10, Gsin: 5935, Nsn: 01-3346754, Clamp,cable,electrical Connector Part No.: M85049/52s14w, Ncage: 0u583 Part No.: Sae-as85049/52 , Ncage: 0u583 Quantity: 19, 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. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

BULACAN AGRICULTURAL STATE COLLEGE Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Unit Item & Description Qty I. Demolition Work 1 Lot Removal Of Existing Walls, Roofing Extension And Tree 1 Cutting(including Hauling, Tools, Etc.) Ii. Civil And Structural Works 2 Pcs Chb 5" 210 3 Bags Cement 99 4 Cu.m Sand 7 5 Cu.m Gravel 11 6 Kgs 10mmø Deformed Bars 259.14 7 Kgs Tie Wire 4 Iii. Metal/tinsmithry Works For Gate: 8 Pcs Tubular Bar 1x2 3 9 Pcs Tubular Bar 1x1 10 10 Kg Welding Rod 2 11 Pcs Pillow Block, 2" 4 12 Set Gate Latch Lock 1 13 Set Padlockable Canebolt 2 14 Set 65mm Padlock, Heavy Duty 2 15 Lot Assorted Screws And Nuts 1 16 Gal Primer Paint 1 17 Gal Topcoat Paint 1 For Food Stall: Qty = 7.0 Unit 18 Pcs Gi Pipe 2"ø 9 19 Pcs Tubular Bar 1x3 14 20 Kgs 10mmø Deformed Bars 29.62 21 Pcs Angle Bar 1-1/2" X 1-1/2" 12 22 Pcs C-purlins 2x3 21 23 Gal Paint 2 Iv. Roofing Works 24 Sheets Ribtype Roofing Sheet 0.4mmx12ft 35 25 L.m. Flashing 0.6x2.44m 32 26 Box Tex Screw 2 27 Pcs Gutter, 4"x4"x8ft 8 V. Plumbing Works 28 Pcs Water Submeter, Dry Type 7 29 Pcs Pvc Pipe 3/4" X 3m - Water Distribution Line 17 30 Lot Assorted Pvc Fittings And Tape 1 31 Pcs Pvc Hose Bibb Faucet 7 32 Tin Solvent Cement 200cc 5 33 Pcs Gate Valve 7 34 Pcs Pvc Pipe 2" X 3m - Sanitary Line 10 35 Lot Pvc Fittings 2" And Consumables For Waste Tanks 1 36 Lot Kitchen Waste Trap Tank Fittings And Accessories 2 Vi. Electrical Works 37 Pcs Electric Submeter 7 38 Pcs Pvc Conduit 15 39 Lot Pvc Electrical Fittings And Tape 1 40 L.m. Flexible Hose 35 41 Pcs Receptacle 7 42 Pcs Led Bulb 18watts (daylight) 7 43 L.m. Thhn Wire 3.5mm2 135 44 Pcs Junction Box With Cover 7 45 Pcs Utility Box 7 46 Pcs Universal 2gang Outlet With Single Swing 7 47 Pcs Circuit Breaker, 20amp 7 Vii. Miscellaneous And Consumables 48 Lot Bamboo (buho) Fence Including Metal Support And Ties 1 49 Lot Formworks 1 50 Pcs Paint Brush 4 51 Kg Common Nails 2 52 Lot Assorted Cutting Disks And Drill Bit 1 53 Sq.ft Billboard/tarpaulin 6'x24' (including Metal Framing 144 And Supports) 54 Labor Cost (lc) 1
Closing Date14 Feb 2025
Tender AmountPHP 449 K (USD 7.7 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 
5451-5460 of 5567 archived Tenders