Fencing Tenders

Fencing Tenders

Construction De Defense Canada Tender

Civil And Construction...+2Others, Civil Works Others
Canada
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: Defence Construction Canada (dcc) – Is Calling For Proposals From Firms To Provide Facilities Maintenance And Support Services To The Department Of National Defence (dnd) For Installations Located At 4 Wing Cold Lake, Alberta. This Procurement Contains Set-asides For The Benefit Of Indigenous Businesses Pursuant To Applicable Trade Agreement Provisions. The Contractor Will Be Required To Provide Maintenance And Support Services For All Identified Buildings And Their Associated Infrastructure Within The Defined Property Limits In A Manner And To A Standard That Will Not Cause The Buildings To Deteriorate Beyond Normal Wear And Tear Throughout The Contract Term. Following Contract Award, The Contractor Will Be Required To Progressively Mobilize And Be Ready To Commence Providing The Services By The Service Commencement Date In The Contract. The Initial Period Of Service Will Be Five (5) Years. If Mutually Agreeable Between The Contractor And Dcc, The Period Of Service May Be Extended For Up To Two (2) Additional Three (3) Year Periods, For A Possible Total Of Eleven (11) Years. Information Provided By The Proponents Will Be Evaluated Using The Established Criteria In The Rfp. Firms That Consider Themselves Qualified To Provide These Services Are Invited To Submit Their Proposals Through The Merx Electronic Bidding System On Or Before The Closing Date And Time Indicated On The Electronic Bidding System. This Solicitation Is Being Conducted In Accordance With The Requirements Set Out In The Canadian Free Trade Agreement (cfta), Chapter Nineteen Of The Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And The World Trade Organization Agreement On Government Procurement (wto-gpa). The Selected Consultant Will Be Required To Hold A Valid Dos, Issued By The Contract Security Program (csp) Within Public Services And Procurement Canada (pspc). Details Concerning The Security Requirements For This Project Are Identified In The Rfap Documents. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Proponents Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Please Note That The Preliminary Results For This Solicitation Will Be Available On Merx. Proponents Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. solicitation Number: W912dr25ra009 this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. note: There Will Be A Pla Requirement For This Project. project Description: the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process. the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice. responders Should Address All The Following In Their Submittal: 1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number. 2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register. 3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business. 4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain). 5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars. 6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project. 7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work. 8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience: capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00. successful Experience With Leed Silver Construction And Environmental Low Impact Development. successful Experience With Building Information Management (bim) Technology. independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff. us Citizens (should Include Naturalized Citizens/legal Citizen). total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages. comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence. submission Instructions: this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.

Defence Tender

Others...+1Civil And Construction
South Africa
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Details Tender Number Cpsc-b-pc-024-2024 Department Defence Tender Type Request For Bid(open-tender) Province Free State Date Published 27 January 2025 Closing Date 20 February 2025 11 00 Place Where Goods, Works Or Services Are Required 3 Military Hospital, Furstenberg Road, Tempe Military Base-brandhof-bloemfontein- Special Conditions For Technical Information Contact Captain K.r. Seimelo (051) 402-2264/071 602 4802 Or Cpatian D.m. Dasheka 082 592 1967 Enquiries Contact Person Major M. Ntsundwana Email Mava.ntsundwana@dod.mil.za Telephone Number 012-649-6658 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 13 February 2025 11 00 Briefing Venue 3 Military Hospital, Furstenberg Road, Tempe Military Base, Brandhof, Bloemfontein Tender Documents Cpsc-b-pc-024-2024.pdf

City Government Iligan Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 999 K (USD 17.2 K)
Details: Description 2½" Common Wire Nails - 20 Kgs Cwn (common Wire Nail), #2 - 20 Kgs Cwn (common Wire Nail), #3 - 20 Kgs Cwn (common Wire Nail), #4 - 20 Kgs Cement Premium Quality Type 1 Blue Color - 1,430 Bags Concrete Nails #4 - 30 Kgs Cutting Disk, 4" - 200 Pcs Deformed Steel Bars 10mm Ø X 6m - 150 Pcs Deformed Steel Bars 12mm Ø X 6m - 150 Pcs Deformed Steel Bars 16mm Ø X 6m - 100 Pcs Deformed Steel Bars, 8mm X 6m - 100 Pcs Good Lumber, 1 X 8 X 10 - 200 Pcs Good Lumber, 2 X 3 X 10 - 200 Pcs Gravel 3/4 - 50 Cu.m. Interlink Fence Wire, 4' - 30 Rolls Etc.

National Defence Tender

Others
Canada
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Halifax And Cfb Esquimalt. Line Item: 001 Parts Kit,ball Valve Part Number: 770387-276-888 Ncage: 81576 Dresser Canada Inc Valve And Controls Canadian Opn Gsin: 4810 Quantity: 3 Uoi: Ea To Be Delivered To: Cfb Halifax Line Item: 002 Parts Kit,ball Valve Part Number: 770387-276-888 Ncage: 81576 Dresser Canada Inc Valve And Controls Canadian Opn Gsin: 4810 Quantity: 2 Uoi: Ea To Be Delivered To: Cfb Esquimalt Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. The Requirement Is Subject To A Preference For Canadian Goods And/or Services. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.

MUNICIPALITY OF LAGONGLONG, MISAMIS ORIENTAL Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Improvement For The Site Development Of Dampil Health Center, Covered Court And Public Plaza, Dampil, Lagonglong, Misamis Oriental; Scope Of Works Below. 1.00 Structural Excavation 6.88 Cu.m 2.00 Backfill And Embankment 4.10 Cu.m 3.00 Gravell Bedding 1.04 Cu.m 4.00 Structural Concrete; 3,000psi, 28days 13.00 Cu.m 5.00 Reinforcement, Grade 40 (275mpa) 453.83 Kgs. 6.00 Formworks And Scaffoldings 16.00 Sq.m 7.00 Masonry Works 45.60 Sq.m 8.00 Steel & Metal Works (fence & Gate) 16.00 Lght. Spl-1 Temporary Facilities 1.00 Lot Spl-2 Mobilization/demobilization 1.00 Lot Spl-3 Project Billboard 1.00 Unit Spl-4 Removal Of Existing Structures/obstructions 1.00 Lot * * * * * * * * * * * * * * * * * * * * * * * Nothing Follows * * * * * * * * * * * * * * * * * * * *

Department Of National Defence Headquarters Tender

Energy, Oil and Gas
Canada
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 001. This Solicitation Amendment Is Raised To: 1. Provide Clarification And Answers To A Question From Potential Suppliers File Number: W8476-256961/a Notice Of Proposed Procurement The Department Of National Defence (dnd) Has A Requirement To Procure Quantity Of Six (6) 10,000l Refueller Off-road Diesel 6x6 For Delivery To Various Cfb In Canada. The Requested Delivery Date Is 365 Days After Receipt Of Order (aro). An Option For Four (4) 10,000l Refueller Off-road Diesel 6x6 Is Included For Delivery Within Canada. Gsin: N2330. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca

Ministry Of Defence Tender

Goods
Civil And Construction...+1Construction Material
GEM
India
Closing Date20 Jan 2025
Tender AmountINR 8.3 Million (USD 97.1 K)
This is an estimated amount, exact amount may vary.
Description: CATEGORY: Cement OPC 43 grade , Sand Coarse confirming to IS 3831970 , Aggregate 20 mm graded to be crushed rock , Aggregate 40 mm graded to be crushed rock , MS angle iron of size 65 x 65 x 6 mm and 4 point 20 Mtr , MS angle iron of size 65 x 65 x 6 mm and 3 poin 40 Mtr , MS Flat iron of size 40 x 5 mm and 2 poinrt 10 Mtr , TMT Bar of 10 mm dia and 3 point 10 Mtr , Chain link Fence 2 point 10 Mtr height , Two strand of barbed wire made out of GI wire of size 2.24 mm dia , Concertina Coil Punched Tape of 600 mm , Security Gate of size 6 point 00 M x 2 point 40 M as per drg att , MS Nut and bolt with washer of size 12 mm dia and 75 mm long. , MS Nut and bolt with washer of size 12 mm dia and 50 mm long , Binding wire 20 gauge 0.9 mm annealed , Shuttering plywood of size 6 feet x 4 feet and 12mm thickness , Nails 2 inch for shuttering , Nails 3 inch for shuttering , Nails 4 inch for shuttering , 2nd class hardwood plain fillets 3 point 00 mtr long and section 50mm x 50mm , Wooden scantling 3mtr long section 100mm x 75mm , TMT Bar 12 mm dia , TMT Bar 10 mm dia , TMT Bar 8 mm dia , Quick Setting Compound , Acrylic Emulsian Paint , Solar Street Light 25 W including pole having length 5 Mtr long 75 mm dia , Pan Motor Tasala 18 inch dia , Showel with wooden handle , Axes Picks 03 Kg head with handle , Wire mess for seving Sand 8 feet x 5 feet , Trowels as per ISI Mark , Brick Hammer 500 gm with handle , Stone Cracker with handle , Plum Bob steel , Nylon mason thread 100 Mtr long , Measuring Tape 05 Mtr retractable grade AI 16 , Measuring Tape 30 Mtr retractable grade AI 16 , Gum Boot , Hand Gloves Rubber , Drilling Machine portable , Steel Cutter Machine with blade , Steel Wood Cutter circular saw , Steel Cutting Blade 4 inch , Steel Cutting Blade 14 inch , Hexa Blade 350 mm long ISI 1st Quality , Welding Machine Portable inverter type , Welding Rod , Auto Darkening Welding Helment , Welding Gloves , Portable Diesel Generator Set 5 KVA , Tool kit , Tape Insulation 1 point 5 inch x 15 Mtr with ISI mark

All India Institute Of Medical Sciences Tender

Goods
Machinery and Tools...+1Furnitures and Fixtures
GEM
Corrigendum : Closing Date Modified
India
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Description: CATEGORY: Table post with two cam joint 17-19 inch , 22-24 inch crossbar with 2 cam joints - wide , Bilateral crossbar hinged 32 - 36 inch , Angled arm 16-20 inch 8x10 inch , Angled arm 22-26 inch 8x16 inch , Angling micro adjustable blade holder 7- 9 inch , Angling micro adjustable blade holder 10 - 14 inch , 18-22 inch lower abdominal bar 12 - 16 x 4 - 8 inch , T-Handle , Container 26x10x5 to 28x12x8 inch , Harris prostate retractor 7- 9 mm , Malleable blade 12 - 14 mm x 150 - 154 mm , Malleable blade 12 - 14 mm x 200 - 208 mm , Malleable blade 24 - 26 mm x 200 - 208 mm , Malleable blade 50 - 52 mm x 200 - 208 mm , Malleable blade 36 - 40 mm x 200 - 208 mm , Malleable blade 62 - 66 mm x 252 - 256 mm , Malleable blade 100 - 104 mm x 252 - 256 mm , Malleable slotted blade 50 - 52 mm x 200 - 208 mm , Concave round neck renal blade 24 - 26 mm x 188 - 194 mm , Kelly blade 74 - 78 mm x 87 - 91 mm , Fence blade 100 - 104 mm x 150 - 154 mm , Y bladder blade 79 - 83 mm x 214 - 218 mm , Balfour sm lips 64 - 68 mm x 71 - 75 mm , Balfour sm lips 76 - 80 mm x 71 - 75 mm , Balfour with lips 81 - 85 mm x 71 - 75 mm , Balfour with lips 49 - 53 mm x 52 - 56 mm , Richardson 49 - 53 mm x 176 - 180 mm , Harrington 62 - 66 mm x 150 - 154 mm , Deaver 49 - 53 mm x 125 - 129 mm , St. Marks with lip 62 - 66 mm x 176 - 180 mm , Malleable finger 150 - 154 mm , Murphy blunt 24 - 26 mm x 11 - 15 mm , Wide balfour 98 - 102 mm x 59 - 63 mm , Double angled 24 - 26 mm x 74-78 mm , Double angled 11 - 15 mm x 74 - 78 mm , Double angled bulb 23 - 27 mm x 62 - 66 mm , Instrument case 21 - 25 x 9 - 13 x 3 - 4 inch , Serrated cam joint 0.5 x 0.5

ENVIRONMENTAL PROTECTION AGENCY USA Tender

Environmental Service
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Notice Of Intent, Not A Request For A Quotation. A Solicitation Document Will Not Be Issued, And Quotations Will Not Be Requested.the Environmental Protection Agency (epa) Intends To Award A Fixed Price Contract On A Sole Source Basis To Sensit Technologies, 851 Transport Drive, Valparaiso, In For Purchase Of Five (5) Sensit Spot Volatile Organic Compound (voc) Measurement Devices.the Requirement Is For Five Measurement Devices. The Devices Are Needed To Support And Supplement Air Toxics Monitoring Being Conducted By Epa Region 4 And Its Partner State/local/tribal Agencies. The Sensit Spod Voc Sensors Are Already In Use For Epa Region 4’s Existing Voc Sensor Loan Program, So Using Sensit Spods Would Provide Consistency And Continuity In The Program. The Sensit Sensors Are The Only Identified Commercially Available Voc Sensors That Meet Epa’s Project Requirements. Additionally, The Sensit Sensors Have Been Purchased And Tested By Epa Ord And Oeca And Have Been Found To Meet Performance Requirements For Fence-line Monitoring Applications (similar To The Epa-developed Spod). In The Single, Side By Side Sensor Comparison Executed By Ord That Involved Lunaroutpost Canary-s (the Only Other Identified Commercially Available Voc Sensor), The Lunaroutpost Sensors Did Not Meet Performance Requirements For Baseline Stability. The Lack Of A Heated Sensor Element In The Lunar System Is Believed To Be An Issue. The Heated Sensor Element Is Present In Both The Epa Developed Spod Open-source Design And Sensit Spods, And This Sensor Heater Provides Baseline Stability Improvements (not Yet Present In The Lunar Sensor). The Lunar Sensors Have Not Yet Shown To Meet Epa Designed Spod Performance Benchmarks. The Sensit Spod Is The Only Commercially Available Real Time Voc Measurement Device With A Heated Sensor Element.this Purchase Will Be Made Utilizing Simplified Acquisition Procedures In Accordance With Federal Regulation (far) Part 13.106-1(b)(1) For Purchases Not Exceeding The Simplified Acquisition Threshold Of $250,000.00. Pursuant To The Authority Granted By 41 U.s.c.253(c) (1), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements As Implemented By Far 6.302-1, The U.s. Environmental Protection Agency (epa), Office Of Mission Support’s Acquisition And Grants Management’s Branch Intends To Issue A Purchase Order To Sensit Technologies For The Five Measurement Devices. The Sole Source Nature Of This Requirement Is Based On The Determination That Sensit Technologies Is The Only Organization That Can Provide This Commercially Available System. Market Research Was Conducted, And The Only Other Commercially Available System Does Not Meet The Requirements (heated Sensor Element And Baseline Stability In Previous Testing).the Determination Not To Compete This Proposed Contract Action Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered For The Purposes Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Be Responsible For Any Costs Incurred By Responding To This Notice. Questions Or Comments To This Notice Of Intent Should Be Directed To The Contracting Officer, Clare Hingsbergen, Hingsbergen.clare@epa.gov And/or The Contract Specialist, Femi Obadina, Obadina.olufemi@epa.gov. Please Indicate In The Subject Of Your Email: Notice Of Intent Submission: Requisition Pr-r4-24-00037.
5561-5570 of 5830 archived Tenders