Fencing Tenders

Fencing Tenders

Indian Army Tender

Goods
GEM
Corrigendum : Closing Date Modified
India
Details: The Hundred Year Marathon , The Idea Of Pakistan , The utility Of Force , Follow Me 1 , The Direction Of War , Battle ready For 21th Century , Grey Zone Warfare Way Aheat For india , The Defence Of Duffers Drift , The Age Of Ai And Our human Factor , Army Of None , Disrupt Of Get Disrupted , the Drone Age , Time Management , Stop Overthinking , and Then There Were None , The Rosie Project , Dongri To dubai , The Guns Of August , A History Of Warfare , All The light We Cannot See , The Courage To Be Disliked , War Made new , Calling Sehmat , The God Of Small Things , Cant Hurt me , Not Fade Away , Wise And Otherwise , Ikigai , From sepoy To Subedar , The Autobiography Of Killer , The Long game , The Land Of The Seven Rivers , Ikigai , Premchand Ki shreshth Kahaniya , Vishwas Ka Jadu , Mritunjay , Jeewan Ke adbhut Rahashya
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Construction De Defense Canada Tender

Civil And Construction...+1Others
Canada
Details: Defence Construction Canada (dcc) Is Requesting Proposals From Design-build Teams To Design And Construct The New Chemical And Biological Laboratories For Defence Research And Development Canada At Suffield, Alberta, Following A Modified Design-build Approach. Additional Details Are Provided In The Request For Proposals (rfp) Documents. The Estimated Cost For This Opportunity Is In The Range Of $427,550,000.00 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 Contractor Will Be Required To Hold A Valid Facility Security Clearance At The Level Of Secret, 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 Amendment No.1 To The Tender Documents. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Bidders Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Bidders Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity. Dcc Now Publicly Discloses Information On Payments Made To Prime Contractors So That Subcontractors Know When They Can Expect Payment. Information On Payments Made In The Past 90 Days On Construction Contracts Over $100,000, As Well As Further Information Regarding Dcc’s Prompt Payment Commitment, Can Be Obtained From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

Construction De Defense Canada Tender

Others
Canada
Uxo Removal And Disposal, Lac Saint-Pierre (Quebec)
Closing Date12 Feb 2025
Tender AmountRefer Documents 

Construction De Defense Canada Tender

Civil And Construction...+1Building Construction
Canada
Details: Defence Construction Canada, Hayes99, Modified Design-build Of The Canadian Forces Housing Agency (cfha), Residential Portfolio Capital Investment Plan (rpcip), Cfb Esquimalt, British Columbia Defence Construction Canada (dcc) Is Requesting Proposals From Design-build Teams To Design And Construct Residential Housing Units At Cfb Esquimalt, British Columbia Following A Modified Design-build Approach. Additional Details Are Provided In The Request For Proposals (rfp) Documents. The Estimated Construction Cost For This Opportunity Is In The Range Of $77,000,000.00. A Site Visit Will Not Be Offered During This Solicitation. All Sites Are Publicly Accessible. 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). Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Bidders Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Bidders Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity. Dcc Now Publicly Discloses Information On Payments Made To Prime Contractors So That Subcontractors Know When They Can Expect Payment. Information On Payments Made In The Past 90 Days On Construction Contracts Over $100,000, As Well As Further Information Regarding Dcc’s Prompt Payment Commitment, Can Be Obtained From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

Construction De Defense Canada Tender

Civil And Construction...+1Building Construction
Canada
Details: Defence Construction Canada, Ga25704, Modified Design-build Of The Canadian Forces Housing Agency (cfha), Residential Portfolio Capital Investment Plan (rpcip), Cfb Gagetown, Oromocto, New Brunswick Defence Construction Canada (dcc) Is Requesting Proposals From Design-build Teams To Design And Construct Residential Housing Units At Cfb Gagetown, New Brunswick, Following A Modified Design-build Approach. Additional Details Are Provided In The Request For Proposals (rfp) Documents. The Estimated Construction Cost For This Opportunity Is In The Range Of $21,000,000.00. 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). Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Bidders Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Bidders Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity. Dcc Now Publicly Discloses Information On Payments Made To Prime Contractors So That Subcontractors Know When They Can Expect Payment. Information On Payments Made In The Past 90 Days On Construction Contracts Over $100,000, As Well As Further Information Regarding Dcc’s Prompt Payment Commitment, Can Be Obtained From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice Construction Multiple Award Task Order Contract (matoc)this Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Large And 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. General Scope: The United States Army Corps Of Engineers (usace) Transatlantic Middle East District (tam) Anticipates A Potential Requirement For A Seven-year Construction Multiple Award Task Order Contract (matoc) To Provide Repair, Alteration, And Construction Services In Israel, Primarily For The Israeli Ministry Of Defense (imod), But May Be Used For Other Customers With Requirements In Israel. Task Orders May Include, But Are Not Limited To, Maintenance, Repairs, Alterations, Construction, Demolition, Excavation, Site And Infrastructure Improvements (e.g. Fencing, Utilities, Roads, Parking, And Drainage), System Maintenance (e.g. Heat Ventilation Air-conditioning (hvac)), Airfield Aprons And Pavements, Asbestos Abatement, And Any Supporting Work Necessary To Construct Complete And Usable Facilities To Support The Israeli Ministry Of Defense (imod) And Foreign Military Sales (fms) Programs. The Potential Requirement May Result In A Matoc Solicitation In Approximately May 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025.in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Matoc Is Over $500,000,000. Anticipated Task Orders Are Expected To Range From $5,000,000 To $500,000,000. The North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220 Commercial And Institutional Building Construction. Contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Work Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Capability Statement: Responses Must Be Limited To 20 - 8.5?x11? Pages With A Minimum Font Size Of Arial Point 10 Or Equivalent. Please Complete The Attached Questionnaire. Please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One .pdf Document, Limited To The Page Maximum Above. Responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To A Specific Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. Respondents Will Not Be Compensated. Please Provide Responses And/or Questions By E-mail To The Contract Specialist, Tracy Gusukuma At Tracy.m.gusukuma@usace.army.mil And The Contracting Officer, Matt Durbin At Matthew.d.durbin@usace.army.mil By 5:00 Pm (et) January 09, 2025.please Include The Sources Sought Notice Number, ?w912er25r13bb? In The E-mail Subject Line.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

Eskom Holdings SOC Ltd Tender

Civil And Construction...+1Civil Works Others
South Africa
Details: Details: Tender Number: Mwp2462tx-r Department: Eskom Tender Type: Request For Bid(open-tender) Province: Gauteng Date Published: 20 January 2025 Closing Date: 13 February 2025 10:00 Place Where Goods, Works Or Services Are Required: N/a-germiston-n/a-1400 Special Conditions: N/a Enquiries: Contact Person: Godfrey Rudzani Radzelani Email: Radzelgr@ntcsa.co.za Telephone Number: 011-871-3165 Fax Number: 011-871-3160 Briefing Session: Is There A Briefing Session?: Yes Is It Compulsory? No Briefing Date And Time: 28 January 2025 10:00 Briefing Venue: Ms Teams Tender Documents C0 Tsc3 Contract Cover Pages.doc Annexure D Imported Content Declaration Supporting Schedule To Annex C Copy.pdf Annexure C Local Content Declaration Summary Schedule Copy.pdf 240-126469599_method Statement Template Draft Sept 2021 Copy.docx 240-73416879 Telecommunications Physical Security Contract Ohs Specification Rev 1 Copy.pdf C1 2a Tsc3 Data By Employer.doc C3 1 Tsc3 Employers Service Information.doc Standard For Non-lethal Energized Perimeter Detection System (nlepds) Electrical Components (003).pdf Pricing Schedule.xlsx Scope Of Works For The Physical Security Gauteng Contract Rev1 Final (003).pdf 1.0_ntcsa Invitation_to_tender_(itt)_physical Security Maintenance.pdf Physical Security Repairs And Maintenance Contract- Hsmf Specification Shedules A And B Latest.xls High Security Mesh Fencing Standard 240-76368574 (003).pdf Annexure E Local Content Declaration Supporting Schedule To Annex C Copy.pdf 240-105658000 Supplier Quality Management Specification (3) Copy.pdf Ntcsa Non-disclosure Agreement (nda) Vendors_.docx 20210607_tpdman-fm-57_ Enviromental Requirements Proforma_rev1 Copy.docx 240-12248652 Category4- List Of Tender Returnables Documents Rev 5.pdf C2 Tsc3 Pricing Data Option A.doc 240-68099512 Form A 2020 Cat-4 Rev 8.pdf Physical Security Repairs And Maintenance Contract- Deviation Scheudle Hsmf And Nlepds.xls C1 2b Tsc3 Data By Contractor.doc C1 1 Tsc3 Offer Acceptance.doc 20210217_st_environmental Requirements For Contractors Suppliers_tpdman-st-37 (003) Copy.pdf Physical Security Repairs And Maintenance Contract- Equipment Offered.xls 20221205_tpd Env Management Tender Returnable Contractors Or Service Providers_tpdman-fm-120_rev06 Copy.xls 240-77471499 Annexure B Acknowledgement Of Ohs Rules And Requirements Copy.docx Physical Security Repairs And Maintenance Contract- Questionaire.xls
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Lafayette Consolidated Government Tender

Civil And Construction...+1Civil Works Others
United States
Description: Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 Am Central Time On The 20th Day Of February, 2025 For The Following: Environmental Quality Convenience Center And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: A Convenience Center For The Daily Use Of Dropping Off Various Types Of Materials From A Raised Pad Down Into Roll-off Style Dumpsters. The Project Includes, But Is Not Limited To, A Pavilion Type Covers To Accommodate Monthly Drop Off, Fencing And Gates, An Entrance Check-in Building, An Employee Break Room, And Drainage, Including An Oil/water Separator. All Work To Be Completed In One Hundred Eighty (180) Working Days For Issuance Of Notice To Proceed. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Heather Kestler At Hkestler@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $240 Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Heather Kestler At Hkestler@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On February 6, 2025 At 2:00 Pm In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “building Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/22, 1/26, 2/2 Dpr 992855
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Description: ****this Amendment Is To Correct The Wording In Thecapabilities And Qualifications: # 3.from Dredging To: Jetty Repair. _____________________________________________________________________________________________________ ****this Amendment Is To Correct The Response Date In The Description From12:00 Pm Pacific Time On 22 February, To: 5 March 2025 and Information About Sam.gov change from:offers Must Have An Active Registration In Sam.gov To Provide Offers At Time Of Solicitation. to:offers Must Have A Registration In Sam.gov To Provide Offers At Time Of Solicitation And An Active Registration At Time Of Award ***this Is A Sources Sought Synopsis / Request For Information (rfi). This Rfi Is Released Pursuant To Federal Acquisition Regulation (far) Part 15.201 For Market Research Purposes Only. This Announcement Is Not A Request For Proposals (rfp) And Shall Not Be Construed As A Commitment By The Government To Seek Proposals Or Award A Contract At This Time. *** the Government Is Seeking Sources For Market Research Only To Support The Services Listed Below For Which The Applicable Naics Code Is 237990, Jetty Repair Services. The Federal Supply Code (fsc) Will Be Z2pz. The Size Standard For Small Business Is $45,000,000.00. Interested Parties Sought For The Santa Cruz Jetty Repair Project. the Project Will Be Solicited As An Invitation For Bids (ifb) Contract. no Award Will Be Made From This Sources Sought. No Solicitation, Specification, Or Drawings Are Available At This Time. potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Below Are Invited To Provide Feedback Via Email To:nairi.freeman@usace.army.mil all Responses Will Be Analyzed In Order To Determine The Appropriate Strategy For A Potential Future Acquisition. Particularly, The Purpose Of This Notice Is To Gain Knowledge Of Potential Small Business Sources Including Certified Hubzone Small Business, Service-disabled Veteran Owned Small Business, Veteran-owned Small Business, Certified 8(a) Small Business, Women-owned Small Business, Etc. Other Than Small Business May Respond To This Notice In The Event The Market Does Not Indicate Significant Small Business Interest. project Description: the 2025/2026 Santa Cruz Jetty Repair Project Is An Operations And Maintenance Project Proposed By Usace To Repair The West Jetty, One Of Two Rubble Mound Jetties That Protect The Entrance To The Santa Cruz Harbor. Santa Cruz Harbor Is Located As The Northern End Of Monterey Bay, Approximately 65 Miles South Of The Entrance To San Francisco Bay. The East Jetty Is 850 Feet In Length, And The West Jetty Is 1,125 Feet In Length With The Outer 250 Feet Turned 50 Degrees Easterly To Protect The Entrance Channel And Harbor From Storm Waves. The Work Includes The Repair Of The West Jetty And Repairing The Concrete Cap/walkway On The West Jetty. Damages To The Jetty Includes Displacement Of Existing Armor Stones. Damaged Areas On The Jetty With Displaced Armor Stones Must Be Reset Using The Existing Armor Stones On Site Or Supplemented With New Armor Stones. the West Jetty Sustained Damages During Winter 2022/2023. The Ocean Side Slope Of The West Jetty Has No Apparent Geometry, With Many Armor Stone Displaced Or Buried Underneath Sand. Driftwood And Cement Debris Are Interspersed With Loose Stone From The Structure. Interim Emergency Measures Implemented By The Local Community (e.g. Grout) Are Now Unsupported And Pose A Safety Hazard, Sand Has Eroded From Underneath. the Project Will Entail The Following Actions: mobilizing Construction Equipment To The Site And Demobilizing The Same Equipment At The Conclusion Of The Project. rearranging Existing Stones On Jetty Slopes, As Needed. importing Newly Quarried Stone And Rebuilding The Jetties Where Stone Is Either Missing Or Where The Structural Integrity Has Been Compromised. repairing The Concrete Cap/walkway On The West Jetty. the Primary Work Consists Of Resetting Existing Stones, As Needed, To Achieve The Required Interlocking With The Newly Placed Stones. The Landward Construction Limits Of Work And The Staging Area Are Expected To Be Inaccessible To The Public During The Construction Season For Safety Reasons. These Areas Are Likely Be Demarked With Orange Construction Fencing And/or Signage By The Contractor To Identify Areas That The Public Should Not Enter During Construction. capabilities And Qualifications: interested Parties Must Have Qualified Personnel With Recent Knowledge And Experiences As Well As: the Capability To Do The Jetty Repair, Replace Danger, Project Signs And Aids To Navigation And Remove Timber Piles Using Appropriately Sized Equipment In Order To Complete All Work Within The Contract Period Of Performance, Which Will Be Identified In The Contract. Interested Parties Must Have The Capability And Equipment Necessary For The Jetty Repair, Replacement Of Danger, Project Signs And Aids To Navigation And Timber Pile Removal. 1.executing The In-water Work Within The Environmental Work Window (11/01/2025 To 05/01/2026). Sidecasting Is Prohibited. The Timber Piles Must Not Be Removed By The Vibratory Method. 2.offeror’s Type Of Small Business And Business Size (small Business, Certified 8a, Certified Hub Zone, And Service-disabled Veteran-owned Small Business (sdvosb), Etc.). 3.the Capability To Perform A Contract Of This Magnitude And Complexity Based On The Scope Of Work (include The Firm's Capability To Execute Jetty Repair And Comparable Work Performed Within The Past Five (5) Years). Provide At Least Three (3) Examples With A Maximum Of Three (3) Pages With The Following Information: a Brief Description Of The Project(s), customer Name timeliness Of Performance customer Satisfaction list Of Equipment Used, And dollar Value Of The Project results Information: respondents Will Not Be Notified Of The Results Of The Evaluation. Firms Responding To This Source Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. your Response Is Limited To 10 Single-sided Pages Total – Using 10pt Font. Please Label Your Email Response As Follows: Subject: Response To W912p725s0005: Sources Sought Market Research For “santa Cruz Jetty Repair Project.” all Interested Contractors Or Potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Above Should Notify This Office In Writing By Email Or Mail By 12:00 Pm Pacific Time On 5 March 2025. Submit Response And Information To:nairi.freeman@usace.army.mil. offers Must Have An Active Registration In Sam.gov To Provide Offers At Time Of Award.
Closing Date5 Mar 2025
Tender AmountRefer Documents 

Marshall County Tender

Civil And Construction...+1Water Storage And Supply
United States
Details: Advertisement For Bid Notice Is Hereby Given That Sealed Bids Will Be Received By The Marshall County Board Of Supervisors At The Marshall County Board Of Supervisors Board Room, 107 Market St., Holly Springs, Ms 38635 Until 10:00 A.m. Local Time, The 30th Day Of January, 2025 And Shortly Thereafter Publicly Opened And Read For: Project Poppy Water Treatment Plant, Phase 2d For The Marshall County Board Of Supervisors In Conjunction With The Marshall County Economic Development District/ Industrial Development Authority, And The Mississippi Major Economic Impact Authority The Work Consists Of Furnishing Construction And Installation Of A 1,500 Gpm Water Treatment Plant: Aerator & Support Can Pumps, Chemical Control Building, Chemical Feeders, Electrical Controls, 350 Kw Emergency Generator, Plant Piping And Fencing. Project Will Be Complete In 315 Calendar Days. Contractor Shall Commence Work On Or Before A Date To Be Stipulated In The Notice To Proceed. Contract Documents, Including Drawings And Specifications, Are On File At The Office Of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 And May Be Reviewed. Copies Of The Contract Documents May Be Obtained By Depositing $105.00 With Elliott & Britt Engineering, P.o. Box 308, Oxford, Mississippi 38655, Telephone (662) 234-1763 For Each Set Of Documents So Obtained. This Deposit Is Nonrefundable. Official Bid Documents Can Be Downloaded At Www.centralbidding.com. Electronic Bids May Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. The Contract Will Be Awarded To The Lowest And/or Best Bid From A Responsive Responsible And Qualified Bidder. Should No Award Be Made Within Thirty (30) Calendar Days After Opening Of Proposals, All Proposals May Be Rejected And All Proposal Guaranties Returned, Unless The Lowest Responsive Responsible Qualified Bidder At The Request Of The Marshall County Board Of Supervisors Agrees In Writing To A Longer Delay. Bid Bond, Signed Or Countersigned By A Licensed Mississippi Agent, Or Mississippi Non-resident Agent Licensed To Do Business In The State Of Mississippi, With Power Of Attorney Attached, Or Cashier’s Check Or Certified Check For Five Percent (5%) Of The Total Bid, Payable To The Marshall County Board Of Supervisors, Must Accompany Each Proposal. Bidders Are Hereby Notified That Any Proposal That Is Submitted As A Stripped Bid Will Be Considered An Irregular Bid And Such Proposal Will Not Be Considered In Making The Award. The Marshall County Board Of Supervisors Reserves The Right To Waive Any Irregularities And To Reject Any And All Bids If Considered Not In The Best Interest Of The Marshall County Board Of Supervisors. Bidders Are Hereby Notified That Any Proposal Accompanied By Letters Qualifying In Any Manner The Condition Under Which The Proposal Is Tendered Will Be Considered An Irregular Bid, And Such Proposals May Not Be Considered In Making The Award. The Marshall County Board Of Supervisors Reserves The Right To Waive Any Irregularities And To Reject Any And All Bids If Considered Not In The Best Interest Of The Marshall County Board Of Supervisors. By: /s/______________ Charles Terry, President Dates Of Advertisement: Thursday, January 9, 2025 Thursday, January 16, 2025
Closing Date30 Jan 2025
Tender AmountRefer Documents 
7261-7270 of 7681 archived Tenders