Fencing Tenders
Fencing Tenders
Municipality Of Lupon, Davao Oriental Tender
Furnitures and Fixtures
Philippines
Details: Description 1.1 Pc. - Cooking Pan 2. 2 Pcs. - Cooking Pot 3. 3 Bots. - Disinfectant Liquid 4.1 Doz- Spoon 5. 1 Doz- Fork 6. 1 Unit - Single Stove 7. 1 Unit - Rice Cooker 8. 1 Doz - Drinking Glass 9. 3 Pcs. - Mop Head With Handle 10. 2 Pcs. - Large Pail 11. 1 Doz - Plates 12. 2 Units - Air Condition 1hp 13. 1 Unit - Water Dispenser 14. 30 Pcs. - Monobloc Chair 15. 3 Pcs. - Soft Broom 17. 1 Pc. - Folding Table 18. 2 Pcs. - Table 19. 20 Pcs. - Puzzle Matting Inter Blocked Printed With Numbers And Alphabet 20. 5 Boxes - Lego Building Blocks 21. 20 Pcs. - Barbie Dolls Color, Car Toys And Stuff Toys 22. 1 Set - Illustrated English Short Story Books For Children, Set Of 10 23.1 Set - 365 Days Bible Story For Children 24. 1 Set- Repair Tool Kit For Children 25. 1 Set - Wooden Percussion Instrument Toys 26. 2 Pcs. - Heavy Duty Kid Table With 6 Chairs 27. 2 Pcs . - Castel Toy Organizer 28. 3 Pcs. - Toy Storage Box With Caster 29. 2 Pcs. - Block Out Curtains 30. 3 Pcs. - Round White Plastic Folding Banquet And Event Table With 2 Chairs 31. 1 Pc. - 4 Ft. Fold -in Half Rect. Table 32. 2 Pcs. - Foam Mattress Single With Cover High Quality Pillow W/ With Case 33. 1 Pc. - Waterproof Mat Washable Organic Cotton Under Pads 34. 2 Pcs. - Absorbent Bed Anti Wet Bed Mattress Single 35. 2 Pcs. - Multi Angel Kindergarten Fence 36. 2 Pcs. - Prayer Mat Muslim Carpet 37. 2 Pcs. - Candle Holder With Cross 38. 2 Pcs. - Folding Bed With Foam Heavy Duty
Closing Date26 Feb 2025
Tender AmountPHP 194.8 K (USD 3.3 K)
Province Of Cavite Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description A. Construction Of Two Storey Multipurpose Hall With Daycare Center I. Project Billboard Lot 1.00 Ii. Temporary Facility Lot 1.00 Iii. Occupational Safety And Health Program Lot 1.00 Iv. Clearing Of Waste Materials Lot 1.00 V. Layout/staking Works Lot 1.00 Vi. Excavation Works Cu.m 32.10 Vii. Eathworks A. Backfill Cu.m 14.50 B. Earthfill Cu.m 148.33 (include Additional Embankment Due Site Elevation) C. Gravel Bedding Cu.m 10.04 Viii. Concrete Works (include Additional Height Of Column Due Site Elevation) A. Concrete, 3000 Psi (one Bagger Mixer) Cu.m 53.00 B. Reinforcing Bars Kgs. 7,663.00 C. Formworks Sq.m. 103.00 D. Scaffolding Rental Lot 1.00 E. Shoring Jack Rental Lot 1.00 Ix. Metal Deck Sq.m. 66.24 X. Masonry Works A. Block Laying 5" Chb Sq.m. 379.79 B. Block Laying 4" Chb Sq.m. 69.66 Xi. Plastering Works (plain Cement Finish) Sq.m. 898.90 Xii. Concrete Moulding Lot 1.00 Xiii. Structural Steel Works A. Roof Stee L C-purlins & Rafters Kgs. 812.00 B. Roof Frame Accessories Lot 1.00 Xiv. Roofing Works A. Tinsmithry Sq.m. 63.00 B. Bended Accessories Lm. 41.00 Xv. Doors And Windows Lot 1.00 Xvi. Carpentry Works A. Ceiling Works (metal Furring) Sq.m. 121.16 B. Airvents Lot 1.00 Xvii. Water Proofing For Toilets Sq.m. 77.33 Xviii. Tile Works A. Comfort Rooms Sq.m. 47.16 B. All Flooring Sq.m. 161.15 C. Stairnosing Lot 1.00 Xix. Painting Works A. Surface Preparation A1. Interior Skim Coat Sq.m. 139.32 A2. Exterior Acrylic Skim Coat Sq.m. 379.79 B. Steel Surface Sq.m. 30.00 C. Concrete Surface Sq.m. 519.11 D. Ficem Board Ceiling Sq.m. 121.16 E. Wood Surface Sq.m. 30 Xx. Stair And Balcony Railings And Handrails Lot 1.00 Xxi. Ramp And Hallway Railings Lot 1.00 Xxii. Plumbing And Sanitary Works Lot 1.00 Xxiii. Septic Vault A. Excavation Cu.m 3.78 B. Backfilling Cu.m 1.01 C. Sanitary Piping Works Lot 1.00 D. Hdpe Polysept Septic Tank Lot 1.00 Xxiv. Catch Basin Lot 1.00 Xxv. Electrical Works Lot 1.00 Xxvi. Marker And Signages Lot 1.00 B. Additional Works I. Demolition (existing One (1) Storey Building And Comport Room) Cu.m. 39.04 Ii. Siphoning Existing Septic Tank Lot 1.00 Note: Septic Tank May Hit Due To Errection Of Column Iii. Double Hauling Lot 1.00 Iv. Soil Poisoning Lot 1.00 V. Proper Disposal Of Waste Materials Lot 1.00 B.1 Construction Of Perimeter Fence I. Layout/staking Works Lot 1.00 Ii. Excavation Works Cu.m. 32.48 A. Backfill Cu.m. 31.70 B. Gravel Bedding Cu.m. 1.05 Iv.` Concrete Works A. Concrete, 3000 Psi (one Bagger Mixer) Cu.m. 10.00 B. Reinforcing Bars Kg. 609.00 C. Formworks Sq.m 22.75 V. Block Laying 4" Chb Sq.m 141.05 Vi. Plastering Works (plain Cement Finish) Sq.m 282.10 Vii. Painting Works A. Exterior Acrylic Skim Coat Sq.m 282.10 B. Steel Surface Sq.m 50.00 C. Concrete Surface Sq.m 282.10 Viii. Steel Fence And Gate Lot 1.00
Closing Date4 Feb 2025
Tender AmountPHP 5.3 Million (USD 92.2 K)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: California
city: Blythe
delineated Area:
north: City Limits Of Blythe
east: City Limits Of Blythe
south: City Limits Of Blythe
west: City Limits Of Blythe
minimum Sq. Ft. (aboa): 1,658
maximum Sq. Ft. (aboa): 1,658
space Type: Office
parking Spaces (total): 3
parking Spaces (surface): 3
parking Spaces (reserved): 0 Fenced/secured
full Term: 10 Years
firm Term: 5 Years
option Term: 5 Years
additional Requirements: Pull Through Parking With The Ability To Accomodate Usda Nrcs Customers With Oversized Trucks With Trailers
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-percentannual 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: 1/31/25
occupancy (estimated): 10/1/25
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: 8ca3587
government Contact Information (not For Offer Submission)
lease Contracting Officer:
guadalupe Flores
guadalupe.flores@gsa.gov
leasing Specialist:
michael Cervantes
michael.cervantes@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.
Closing Date1 Feb 2025
Tender AmountRefer Documents
The village of Želiv Tender
Others
Czech Republic
Details: The Subject of This Public Contract Is The Construction Of A Building For A Children's Group In The Village Of Želiv. Furthermore, The Project Addresses New And Reconstructed Roads, Paved Areas And Garden Arrangements, Fencing, Playground, Parking. Part Of The Project Is The Demolition Of An Existing Unsuitable Single-Storey Building.
Closing Date16 Jan 2025
Tender AmountCZK 19 Million (USD 779.7 K)
Offizielle Bezeichnung Tender
Civil And Construction...+4Others, Civil Works Others, Other Consultancy Services, Consultancy Services
Germany
Description: Contract notice – Sector Directive, Standard Rules Open Procedure (Construction Work) Gardening And Landscaping Measure (VE2203) For The Regional Tangent West (RTW) Infrastructure Project The Regional Tangent West (RTW) is a new tangential rail connection in the Rhine-Main area... Multi-Gardening And Landscaping Measure (VE2203) For The Regional Tangent West (RTW) Infrastructure Project The Regional Tangent West (RTW) is a new tangential rail connection in the Rhine-Main area to improve local public rail transport in the Frankfurt am Main metropolitan area. Its primary purpose is to better connect the western districts of the city of Frankfurt am Main and the surrounding districts, towns and communities with one another and to improve the connection to Frankfurt Airport. The project is divided into the planning approval sections PFA North, PFA Center, PFA South I and South II. The planning approval decision in the middle has been in place since August 1, 2024. The subject of this tender is gardening and landscaping services that primarily serve species protection: New avoidance measures and compensation measures must be provided and existing ones must be kept functional and maintained. The subject of the service is the implementation of nine compensation measures and one avoidance measure from the central planning approval section: - Measure K14 Partial abandonment of use of Biegwald - Measure K16 Reactivation of former wet areas on the Schwanheim meadows - Measure K19 New plantings for an alder-eschenbach gully forest on the Kelster - Measure K20 New forest plantation on the old football pitch with temporary CEF measure sand lizards - Measure K21 New forest plantation hockey pitch - Measure K27 Tree plantings on the Schwanheim bank - Measure K28 LRT 9190 Replacement area in the FFH area 5917-305 Schwanheimer Wald - Measure K30 Coherence area LRT 9190 in the FFH area 5917-305 Schwanheimer Wald - Measure KA40 Installation of artificial nesting aids for birds (CEF) - Measure VA17 Construction of a protective fence for reptiles A A detailed description of the services to be provided can be found in the tender documents. Garden and landscaping measure (ve2203) for the infrastructure project Regionaltangente West (rtw) The Regionaltangente West (rtw) is a new tangential rail connection in the Rhine-Main area to improve local public rail transport in the Frankfurt am Main metropolitan area. Its primary purpose is to better connect the western districts of the city of Frankfurt am Main and the surrounding districts, cities and municipalities with each other and to improve the connection to Frankfurt Airport. The project is divided into the planning approval sections Pfa Nord Pfa Mitte and Pfa Süd I and Süd II. The planning approval decision Mitte has been available since August 1, 2024. The subject of this tender is gardening and landscaping services that primarily serve species protection: new avoidance measures and compensation measures must be provided and existing ones must be kept functional and maintained. The subject of the service is the implementation of nine compensation measures and one avoidance measure from the central planning approval section: - Measure K14 Partial abandonment of use of Biegwald - Measure K16 Reactivation of former wet areas on the Schwanheim meadows - Measure K19 New plantings for an alder-eschenbach gully forest on the Kelster - Measure K20 New forest plantation on the old football pitch with temporary CEF measure sand lizards - Measure K21 New forest plantation hockey pitch - Measure K27 Tree plantings on the Schwanheim bank - Measure K28 LRT 9190 Replacement area in the FFH area 5917-305 Schwanheimer Wald - Measure K30 Coherence area LRT 9190 in the FFH area 5917-305 Schwanheimer Wald - Measure KA40 Installation of artificial nesting aids for birds (CEF) - Measure VA17 Construction of a protective fence for reptiles A A detailed description of the services to be provided can be found in the tender documents.
Closing Date7 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+2Civil And Construction, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work Repair Steam Vents - 583-25-517 Introduction City Steam Is Vented Through A Shallow Concrete Trench Into Risers From The Main Steam Vault. Three Vent Pipes Connected To Relief Valves Ranging From 35 To 110 Psi Are Located In The Trench. The Three Steam Vent Pipes Have Failed, Leading To A Critical Situation Where Steam Is Backing Up Into The Mechanical Space, Creating A Hazardous Work Environment. Immediate Action Is Required To Prevent Further Risks. Steam Is Also Venting Openly Through The Concrete Shallow Trench, Posing A Potential Threat To Va Employees Entering/exiting The Richard L. Roudebush Veterans Affairs Medical Center (vamc) Through The South Basement Entrance. Objective The Main Objective Of This Project Is To Remove The Three (3) Failed Steam Vent Pipes, Merge The Remaining Sections Of The Three Steam Vent Pipes Into One Main Collector In The Mechanical Space, And Connect The Collector To An Existing Riser. Period Of Performance And Work Hours The Contractor Shall Complete All The Requirements Described In This Scope Of Work Within 30 Calendar Days After The Notice To Proceed. Maintaining The Medical Center's Operational Capability Is Paramount, And The Contractor Shall Coordinate All Activity Schedules With The Cor Prior To Execution And Two Weeks In Advance. According To The Nature Of The Work, This Project Can Be Conducted During Regular Business Hours And/or After-hours/weekends. Regular Business Hours Are 7 Am To 4 Pm, Monday Through Friday. Work Requiring Outages Shall Be Completed After Hours Or On Weekends As Coordinated With The Cor. Scope Of Work The Contractor Shall Provide All Necessary Services, Supervision, Labor, Transportation, Supplies, Equipment, Tools, Licenses, Chemicals, And Materials To Execute The Following: All Work Shall Be Completed During The Non-heating Season To Avoid Or Minimize Medical Center Operational Disruptions. Work Shall Be Phased Based On The Available Shutdown Time Windows (five Hours Or Less) And Va-approved Shutdown Dates. C. Shutdowns Proposed By The Contractor Shall Be Properly Coordinated With The Affected Services In Advance And Approved By The Va. Planned, Implemented, Monitored, And Adjusted All The Required Site-specific Safety Measures To Accomplish The Work Needed In Compliance With Osha. The Main Steam Vault Is Under High-temperature Conditions, And The Contractor Must Comply With The Osha Heat Stress Regulation. The Main Steam Vault Is A Permit-required Confined Space (prcs), And The Contractor Must Comply With The Osha Confined Space Regulation And Va Prcs Program. Plan, Implemented, Monitored, And Adjusted All The Required Safety Measures To Accomplish The Work In A Prcs Under High-temperature Conditions (i.e., Organizational Measures, Collective And Personal Protective Equipment, Rescue Team, Air And Temperature Monitoring, Trained Personnel, Etc., As Needed). Before The Work Starts, Cordon Off The Work Area And The Steam Vault Entrance From The Public With 6 High Chain Link Temporary Fencing. Provide Temporary Fenced Areas With Warning And Wayfinding Signs. Excavate And Clean Debris From The Concrete Shallow Trench And Remove It Off-site. Cut The Three (3) Failed Vent Pipes In The Mechanical Space And At The Riser And Remove Them Off-site. Vent Pipe Sizes Are 10-inch, 8-inch, And 6-inch In Diameter. Remove The 8-inch And 6-inch Risers Off-site. Complete Non-destructive Testing (i.e., X-ray Inspection) To Determine If The Metal Thickness Of The Existing 10-inch Riser Is Enough To Weld On. Merge The Remaining Sections Of The Three (3) Steam Vent Pipes Into A 10-inch Collector Inside The Steam Vault. Provide And Install Enough And Appropriate Pipe Supports/stands For The New Steam Vent Pipe System. The New Steam Vent Collector Shall Go Through One Of The Existing Wall Penetrations And Follow The Path Of The Existing Steam Vent Pipes Up To The 10-inch Riser. Connect The Steam Vent Collector To The Existing 10-inch Riser. Pipe Material Shall Be Astm A106, Grade B, Seamless Carbon Steel, Schedule 40, Butt Weld. All Pipe Connections Shall Be Welded. Close The Two (2) Unused Concrete Wall Penetrations On Both Sides Of The Wall With Stainless-steel Plates And Stainless-steel Anchors For Corrosion Resistance. A High-temperature Resistance Gasket Shall Be Installed Between The Concrete Wall And The Stainless-steel Plates. Dimensions And Details Are Based On The Best Available Information. However, The Contractor Shall Not Strictly Rely On The Provided Information. The Contractor Shall Verify Existing Site Conditions, Locations, Dimensions, Quantities, And Accuracy. The Contractor Shall Provide, Maintain, And Adjust Safety Equipment And Measures To Protect Construction Workers And The Public. This Shall Include Additional Equipment And Measures That May Be Required By The Cor Or The Va Safety Service During The Contract. The Contractor Shall Obtain All Necessary Permits And Licenses Required To Perform All Work Associated With The Project. The Contractor Is Responsible For Compliance With Federal, State, And Local Laws, Regulations, Codes, And Standards. All Services Provided Under This Contract Must Conform To The Standards And Specifications Of The Occupational Safety And Health Administration (osha), Nfpa, Va, And Original Equipment/material Manufacturer. Specific Tasks The Contractor Shall Complete The Following Tasks During All Phases Of Construction: The Contractor Shall Agree With And Adhere To The Va Requirements And Pace Of Procedures Or Processes Derived From All The Involved Services That May Affect This Project. The Contractor Shall Implement And Follow All Prescribed Ilsm And/or Icra Measures And Procedures During The Performance Of This Project. The Contractor Shall Be Responsible For Damages Caused By Its Personnel And Shall Notify The Cor Promptly Of Any Damages To Government Property. The Contractor Shall Remove All Trash And Debris Upon Completion Of The Work. Upon Completing All The Work Items, The Contractor Shall Conduct A Walkthrough With The Cor, Noting All Punch List Items. The Final Invoice Will Be Approved Once All Punch List Items Are Completed. Safety And Infection Prevention The Contractor Is Responsible For Submitting A Site-specific Safety Plan For The Project, Which Must Be Approved Before Work Can Begin. The Safety Plan Shall Include Activity Hazard Analyses (aha) As Needed. The Contractor Must Submit A Job-specific Heat Stress Plan, Which Must Be Approved Before Work Begins. C. The Contractor Is Responsible For Submitting A Job-specific Confined Space Entry Plan For The Project, Which Must Be Approved Before Work Can Begin. Appropriate Confined Space Training Certification Will Be Required For All Involved Workers. The Contractor Shall Be Thoroughly Familiar With Safety Rules And Regulations. A 30-hour Osha Competent Person Shall Be Present For All Work, And All Additional Workers Shall Have A Minimum 10-hour Osha Certification. All Skilled Trades Workers Performing Work For This Project Shall Have A Valid Certification For The Work And Tasks Being Performed. The Contractor Shall Submit A Hot Work Permit For Any Work That Involves Metal Cutting, Welding, Brazing, Grinding, Soldering, Or Chemical Welding. The Contractor Shall Also Establish Barriers While Conducting Hot Work In Areas Near Pedestrian Or Vehicle Traffic. The Contractor Shall Confine All Operations (including Storage/staging Of Materials) On Government Premises To Areas Authorized By The Cor. The Contractor Cannot Use Interstitial Spaces Or Mechanical Rooms As Storage Space. Contractors Are Responsible For Storing Their Tools, Equipment, And Materials Either In Conex Containers On The F Lot Or At The Cold Spring Road Va Facility. The Contractor Must Provide All Safety Measures To Re-route/guide Pedestrians And Vehicles While Restricting Or Blocking Routes Or Entrances By Means Of Signs, Cones, Fences, Etc. Coordination With The Cor And/or Va Police Shall Be Required Before Restrictions Or Closures. The Richard L. Roudebush Vamc Is A Smoke-free Facility, And It Is The Contractor S Responsibility To Maintain Compliance With This Policy At Construction Locations. All Work Associated With This Project Shall Be In Compliance With All Va Regulations Concerning Safety, Infection Control, Interim Life Safety, Personnel Access, And Proper Removal/safe Disposal Of Construction Waste And Debris. The Contractor Shall Provide A Monthly Waste Report In Compliance With Va Policy Requirements For Recycling And Waste Disposal. Security The Contractor, Personnel, And Subcontractors Shall Be Subject To Federal Laws, Regulations, Standards, Va Directives, And Handbooks Regarding Information And Information System Security. At Least Three (3) Weeks Before Work Starts, The Contractor Is Responsible For Submitting Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging. The Contractor Shall Always Wear A Va Badge When They Are On Va Property. The C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required. The Building Will Remain Fully Occupied During This Work. Temporary Measures Are Required To Maintain Access To And Security Of The Existing Building. The Contractor Shall Report To The Cor Whenever Contracted Employees Perform Work On Site. All Work Performed Outside Of Regular Business Hours Of Operation, Which Are 7:00 A.m. To 4:30 P.m. On Weekdays (monday Through Friday), Shall Be Coordinated With The Cor. The Contractor Is Responsible For The Physical Security Of Job Sites, Materials, Equipment, And Tools And For Daily Inspections For Organization And Cleanliness Prior To Exiting The Job Site. The Contractor Shall Secure All Materials, Equipment, And Tools Before, During, And After Service. The Government Assumes No Liability For Loss Or Damage Of Contractor-owned Property Held On Government Premises. The Contractor Is Responsible For Preventing Unauthorized Access To The Work Site During The Project's Duration. All Contractor-furnished Materials, Equipment, And Tools Used Shall Be Standard Products Of Manufacturers Regularly Engaged In The Production Of Such Items. The Contractor Will Coordinate All Dumpster Locations With The Cor Before The Start Of Work. The Contractor Shall Reimburse The Va For Any Fines And Costs Incurred Due To Noncompliance By Contractors. The Contractor Shall Limit The Number Of Vehicles On-site During All Project Phases. The F-lot Is The Dedicated Contractor Parking And Mobile Office Staging Area. This Lot Has Limited Space Depending On The Currently Active Projects. Contractors And Contractor Employees May Be Required To Carpool And Park At The Va S Cold Springs Road Facility Located At 2669 Cold Springs Road, Indianapolis, In 46222. Documents Employee Information The Contractor Shall Provide Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging At Least Three (3) Weeks Before Work Starts. Safety Plan The Contractor Shall Provide A Site-specific Safety Plan At Least Two (2) Weeks Before The Work Starts. Heat Stress Plan The Contractor Shall Provide A Job-specific Heat Stress Plan At Least Two (2) Weeks Before The Work Starts. Confined Space Entry Plan The Contractor Shall Provide A Job-specific Confined Space Entry Plan At Least Two (2) Weeks Before The Work Starts. Schedule The Contractor Shall Provide A Complete, Detailed, And Accurate Project Schedule At Least Two Weeks Before The Work Starts. The Schedule Will Require The Cor's Approval. Changes To The Schedule Must Be Approved 48 Hours Prior To The Change. Submittals The Contractor Shall Submit All Materials/products/prefabricated Items For Review And Approval By The Va Cor At Least Two (2) Weeks Before The Work Starts. The Contractor Shall Also Submit Any Alternate Or Replacement Materials/products/prefabricated Items With The Corresponding Specifications For Review And Approval By The Va Cor. Hot Work Permits - The Contractor Shall Submit Hot Work Permits At Least Two (2) Weeks In Advance. Utility Shutdown Permits - The Contractor Shall Submit Utility Shutdown Permits At Least Two (2) Weeks In Advance. Daily Logs - The Contractor Shall Submit Daily Logs To The Cor Daily. Daily Reports - The Contractor Shall Provide A Daily Report At The Conclusion Before The Next Workday. Rfi - If The Documents Are Unclear, Submit An Rfi For Clarification Or Additional Information.
Closing Date5 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Market Research And Sources Sought Notice For Information On Capability And Availability Of Potential Contractors Interested In Proposing On A Firm-fixed-price Contract With Cost Plus Fixed-fee (cpff) Line Items To Provide Maintenance, Repair, And Operation Of Facilities, Vehicles, And Equipment At The Tennessee Tombigbee Waterway And Okatibbee Lake Project Facilities By Providing All Planning, Supervision, Administration, Labor, Equipment, Materials, Supplies, And Replacement Or Repair Parts.
the Place Of Performance Is The Tennessee Tombigbee Waterway Project Office, 3606 West Plymouth Road, Columbus, Mississippi 39701, And Includes The Okatibbee Lake And Resource Office Near Collinsville, Mississippi. The Anticipated Period Of Performance Is 01 March 2026 To 28 February 2027, With Four Additional One-year Option Periods.
the Statement Of Work Includes The Following:
provide Services For Maintenance, Repair, Minor Construction, And Operation Of The Tennessee Tombigbee Waterway. The Project Is A Vital Inland Waterway That Connects The North-flowing Tennessee River To The South-flowing Tombigbee River. The Waterway Extends From Mile 217 On The Bwt Near Demopolis, Alabama, To Mile 215 On The Tennessee River In The Pickwick Pool Near The Common Boundary Of Mississippi, Tennessee, And Alabama. The Project Is Located In West Central Alabama And Northeastern Mississippi; Sumter, Greene, And Pickens Counties In Alabama, And Noxubee, Lowndes, Clay, Monroe, Itawamba, Prentiss, Lauderdale, Kemper And Tishomingo Counties In Mississippi. The Overall Length (navigation Miles) Of The Tennessee-tombigbee Waterway Is 234 Miles. As Constructed, The Project Has Ten Locks And Dams And Numerous Other Related Navigation Structures And Features Such As Spillways, Flow Structures, Stabilization Structures, Levees, Dikes, Etc. Currently The Project Navigation Is Providing For Approximately 1300 Commercial Lockage’s Annually And 750 Recreational Lockages. The Commodity Tonnage For 2024 Was Approximately 7 Million Tons. Recreational Areas Were Completed Early In 1994 And Include Eight Class A Campgrounds, Three Visitor Centers And 52 Day Use Areas (including Okatibbee Sites) Providing For Boating, Fishing, Picnicking, Swimming, And Other Recreation Activities, Wildlife Management Areas On Project And Wildlife Mitigation Lands In Both Alabama And Mississippi. The Project Is Operated Under The Direction Of Mobile District, U.s. Army Corps Of Engineers, Mobile, Alabama. Average Annual Visitation Exceeds 1 Million Visitors.
the Contract Scope Of Work Will Include, But Is Not Limited To, Some Or All Of The Following Types Of Work: Maintenance And Repair Of Locks Dams, Levees, Riprap/concrete Structures, Flow Structures, Buildings, Offices, Maintenance Facilities, Operation Areas, Project Roads, Vehicles, Floating Plant, Boathouses, Bathhouses, Washhouses, Toilets, Gatehouses, Security And Other Fences, Sanitary Disposal Systems, Launching Ramps, Playground Equipment, Bulletin Boards, Game Courts, Water And Electrical Systems, Telephone Lines, Picnic Sites, Campsites, And Other Related Facilities. Work Required To Perform This Type Of Maintenance Includes Carpentry, Masonry, Electrical, Electronics, Mechanical, Structural, Plumbing, Chipping, Caulking, Sealing, Cleaning, Welding And Replacing Parts Or Equipment. Additional Maintenance Work Includes Guardrails, Gates, Electric Barrier Gates, Signs, Bumper Blocks, Landscaped Areas, Beaches, Navigation Or Swimming Buoys, Paved Roads, Parking Lots, Trails, Navigation Aids, Courtesy Docks, And Boundary Lines. Services To Be Performed Include General Maintenance, Cleaning, Custodial Service, Garbage Removal, Grass Mowing, Saddle Dike And Overlook Clearing, Debris Removal, Operation Of The Project Visitor Centers, Repair To Riprap Slopes, Repair To Earthen Slopes, Excavation, Wildlife Management Food Plots And Storage And Disposal Of Hazardous And/or Toxic Materials. The Project Is Used For Navigation, Recreation, And Wildlife Management.
this Is A Market Research And Sources Sought Notice Only. No Award Will Result From This Sources Sought Notice. There Is No Solicitation Available At This Time; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized In Accordance With The Federal Acquisition Regulation And Its Supplements. It Is The Contractor’s Responsibility To Monitor The Government Point Of Entry For The Release Of Any Solicitation.
this Sources Sought Notice Is Not To Be Construed As A Commitment By The U.s. Army Corps Of Engineers (usace), Mobile District To Issue A Solicitation Or Ultimately Award A Contract. Neither Unsolicited Proposals Nor Other Kinds Of Offers Will Be Considered In Response To This Sources Sought Notice. This Source Sought Notice Does Not Create An Obligation On Behalf Of The Government To Make An Award Of Any Contract Pursuant To This Announcement.
the Purpose Of This Sources Sought Notice Is To Determine The Availability Of Qualified Contractors To Perform These Services And To Determine Socioeconomic Classifications (small Business, Hubzone, Service-disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Etc.) Associated With Each. The Primary North American Industrial Classification System (naics) Code Applicable To This Requirement Is 561210, The Small Business Standard For Which Is A Concern, Including Its Affiliates Whose Average Annual Gross Revenues Does Not Exceed $47.0m For The Past Three Years.
responses To This Sources Sought Notice Will Be Used By The Government In Making Appropriate Acquisition Decisions.
response Instructions
responses Are Requested With The Following Information:
1. Contractor’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses.
2. Business Size/classification (to Include Any Designations Such As Small Business, Hubzone, Section 8(a) Contractor, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Etc.) Shall Be Indicated On The First Page Of Submission.
3. Contractor Shall Identify The Percentage Of Services Provided To The Commercial Marketplace And The Percentage Of Services Provided To Government Agencies.
4. Documentation Should Be Submitted With The Following Considerations:
a. Describe Your Capability And Experience To Provide Services For Maintenance, Repair, Minor Construction, And Operation Of A Large Multipurpose Navigation Project That Includes Locks, Dams, Levees, Riprap/concrete Structures, Flow Structures, Buildings, Offices, Maintenance Facilities, Operation Areas, Project Roads, Vehicles, Floating Plant, Boathouses, Bathhouses, Washhouses, Toilets, Gatehouses, Security And Other Fences, Sanitary Disposal Systems, Launching Ramps, Playground Equipment, Bulletin Boards, Game Courts, Water And Electrical Systems, Telephone Lines, Picnic Sites, Campsites, And Other Related Facilities. Work Required To Perform This Type Of Maintenance Includes Carpentry, Masonry, Electrical, Electronics, Mechanical, Structural, Plumbing, Chipping, Caulking, Sealing, Cleaning, Welding, And Replacing Parts Or Equipment. Additional Maintenance Work Includes Guardrails, Gates, Electric Barrier Gates, Signs, Bumper Blocks, Landscaped Areas, Beaches, Navigation Or Swimming Buoys, Paved Roads, Parking Lots, Trails, Navigation Aids, Courtesy Docks, And Boundary Lines. Services To Be Performed Include General Maintenance, Cleaning, Custodial Service, Garbage Removal, Grass Mowing, Saddle Dike And Overlook Clearing, Debris Removal, Operation Of The Project Visitor Centers, Repair To Riprap Slopes, Repair To Earthen Slopes, Excavation, Wildlife Management Food Plots And Storage And Disposal Of Hazardous And/or Toxic Materials. The Project Is Used For Navigation, Recreation, And Wildlife Management.
for Planning Purposes, The Above Requirements Will Be Addressed In The Following Technical Provisions (tps):
fixed Price: Tp-1 General Management; Tp-2 Cleaning Services, Refuse Removal, And Waste Removal; Tp-3 Grass Mowing And Maintenance Of Grassed And Landscaped Areas; Tp-4 Operation Of Wastewater Treatment Facilities.
cost Plus: Tp-5 Operation And Maintenance Of Visitor Centers; Tp-6 Non-routine Cleaning Services, Refuse Removal, And Waste Removal; Tp-7 Non-routine Grass Mowing, And Maintenance Of Grassed And Landscaped Areas; Tp-8 Boundary Line Maintenance; Tp-9 Maintenance Of Buildings, Structures, Mechanical, Plumbing, And Electrical Systems (tenn-tom); Tp-10 Maintenance Of Buildings, Structures, Mechanical, Plumbing, And Electrical Systems (okatibbee Lake Site); Tp-11 Lock, Dam, Spillway And Flow Structure Maintenance; Tp-12 Channel Maintenance; Tp-13 Slope Repair And Maintenance; Tp-14 Disposal Area Maintenance; Tp-15 Facility Closing, Winterizing, Re-opening, And Flood Response/recovery; Tp-16 Maintenance And Repair Of Paved Roads, Crushed Stone Roads, Gravel Roads, And Parking Areas; Tp-17 Maintenance And Repair Of Fencing, Signs, Buoys, Gates, Barricades, Bulletin Boards, Concrete Bumpers, Posts, Guardrails, And Traffic Counters; Tp-18 Pest And Aquatic Plant Control; Tp-19 Wildlife And Forestry Management; Tp-20 Recreation Facility Repairs And Renovation; Tp-21 Emergency Response Support, Storage And Disposal Of Hazardous And Toxic Materials; Tp-22 Major Lock Maintenance Closures; Tp-23 Maintenance Of Government Furnished Equipment And Vehicles.
b. Describe Your Capability And Experience In The Performance Of Similar Service Contracts In The Last 5 Years For Operation And Maintenance Of Large Multipurpose Lake Projects With Similar Size And Scope To The Tennessee Tombigbee Waterway And Okatibbee Lake Projects.
c. Describe Your Capability And Experience To Perform Firm-fixed Price And Cost-plus Contract Services For Operation And Maintenance Type Services. Additionally, Describe Your Capability And Experience To Perform Contract Services Utilizing Two Or More Contract Formats (firm-fixed Price, Cost Plus, Etc.).
d. Describe Your Capability And Experience To Provide Contract Services That Successfully Demonstrate Contractor’s Timeliness/effectiveness Of Contract Problem Resolution Without Extensive Customer Guidance.
e. Describe Your Capability And Experience To Provide Effective On-site Management, Including Management Of Subcontractors, Suppliers, Materials, And Labor Force. Also, Describe Your Capability And Experience To Hire, Apply, And Retain A Qualified Workforce For This Effort.
f. Describe Your Capability And Experience To Provide Adequate Defense Contract Audit Agency (dcaa) Approved Accounting System For Management And Tracking Of Costs For Multiple Technical Provisions And Business Lines.
g. Describe Your Capability And Experience To Timely And Accurately Submit Monthly Invoices With Appropriate Supporting Documentation, Monthly Status Reports/budget Variance Reports, Compliance With Established Budgets And Avoidance Of Significant And/or Unexplained Variances (under Runs Or Overruns).
h. Describe Your Capability And Experience To Simultaneously Manage Multiple Projects And Disciplines.
i. Describe Your Capability And Experience To Incorporate And Manage Changes Of Requirements And/or Priorities Within Scope Of Contract Including Planning, Execution And Response To Customer Changes.
j. Describe Your Capability And Experience To Successfully Respond To Emergency And/or Surge Situations (including Notifying Contracting Officer Representative Or Contracting Officer In A Timely Manner Regarding Urgent Contractual Issues).
k. Describe Your Capability And Experience To Execute A Successful Quality Control Program.
l. Describe Your Capability And Experience To Execute A Successful Safety Program To Include Ability To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond And Correct Safety Issues.
m. Provide Information Regarding Cost Type Contracts You Have Performed To Include The Contract Number, Dates, Amount, Location, Final Rating, And Point Of Contact Name And Telephone Number For Verification.
the Above Requested Information Shall Not Exceed A Total Of Fifteen (15) Pages On 8.5" X 11" Paper, 12-point Times New Roman Font, With A Minimum Of One (1) Inch Margins All Around. Please Do Not Provide Standard Marketing Brochures Or Catalogs. Responses Will Be Evaluated On The Basis Of Demonstrated Functional Capability.
responses Are Due No Later Than 10 January 2025, 2:00 P.m. Cst. Responses Received After This Date And Time May Not Be Reviewed.
responses Shall Be Submitted Via Email To Ms. Sophia Chin, Contract Specialist, At Sophia.m.chin@usace.army.mil And Mr. Ben Neely, Supervisory Contract Specialist, At Benjamin.m.neely@usace.army.mil. In The Subject Line Of Your Email State: Response To Tenn-tom O&m. No Responses Will Be Accepted By Mail Or Fax. Submittals Will Not Be Returned. Telephonic Responses Will Not Be Honored.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Purpose Of This Project Is To Provide Laughlin Afb Is Seeking A Safe Place To Store Boats And Protect Them From The Weather. Currently, There Is No Weather Protection For Boats In The Fenced-in Lot At The Marina. This Area (del Rio, Tx) Is Susceptible To Hail, Flash Floods, And Extreme Heat That Can Damage Maritime Property Such As Boats And Jet-skis.
naf Funds Are Presently Available For This Effort. The Government Reserves The Right To Cancel The Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels The Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. Please Note The Magnitude Of This Project Is: Between $250,000 And $500,000.
the Contractor Shall Furnish All Materials, Labor, Tools, Equipment, Transportation, And All Other Incidentals Necessary To Complete The Work Outlined In This Statement Of Work (soo) To Install Overhead Protection Over The Boat Lot In The Marina. This Project Is A Design-build Contract. The Contractor Shall Be Responsible For A Complete 100% Design And For The Construction Of The Design.
the Period Of Performance (pop) For This Contract Is A Total Of 236 Calendar Days. This Project Shall Have Three Notices To Proceed (ntp). Ntp #1 Shall Be For Design Submittals And Have A Pop Of 90 Calendar Days. This Time Includes 32 Days For Government Review. Ntp #2 Shall Be For Pre-construction Submittals And Have A Pop Of 30 Calendar Days. Contractor Shall Allow The Government Up To 14 Calendar Days To Review These Submittals. Ntp #3 Shall Be For Construction And Have A Pop Of 70 Calendar Days.
the Acquisition Will Be A Total Small Business Set Aside For Veteran-owned Service Disabled Certified. The Naics Code For The Acquisition Is236220 And The Applicable Small Business Standard Size Is $45m. Any Interested Party May Download A Copy Of The Solicitation Form This Website Once It Has Been Released. Copies Of The Solicitation Are Not Available For Mailing. All Responsible Sources May Submit A Proposal Which Shall Be Considered. The Government Anticipates Award Of A Firm-fixed Price Contract As A Result Of The Solicitation. All Prospective Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For Award. Registration May Be Accomplished At The Website, Https://www.sam.gov.
site Visit Will Be Thursday 19 December At 10:00 Am. Questions And Answers Will Be Due Friday 03 January At 2:00 Pm.
Closing Date21 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500580 Title Toothpaste & Soap Description 200 Each X Toothpaste 100ml 200 Each X Hand Washing Bar Soaps 175g Specification* Ref Gg12500580 Please Assist With The Supply Of Below Goods To Rocklands Admin Office Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 200x Toothpaste 100ml Colgate/aquafresh Or Equivalent Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Specifications Strengthens Teeth Freshens Breath Protects Against Plaque * 200x 175g Hand Bar Soap (securex 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. Delivery Date2025/03/13 Delivery Tocs - City Health Rocklands Admin Office Delivery Address0 Cnr Lancaster And Park Ave, Rocklands Contact Personsandisiwe Tandwa Telephone Number0744511737 Cell Number Closing Date2025/02/24 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 Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: *****************************************************************************************
virtual Public Bid Opening - 25b4000 - Pn 97211 Construct Child Development Center - Fort Liberty Nc
hosted By Srm - Usace Savannah District
https://usace1.webex.com/usace1/j.php?mtid=m0aa8c434ecf3ee24fd7fc3a1e7ef9bad
wednesday, January 15, 2025 12:00 Pm | 30 Minutes | (utc-05:00) Eastern Time (us & Canada)
meeting Number: 2827 764 4829
password: 8qwjbsjs@53
join By Video System
dial 28277644829@usace1.webex.com
you Can Also Dial 207.182.190.20 And Enter Your Meeting Number.
join By Phone
+1-844-800-2712 Us Toll Free
+1-669-234-1177 Us Toll
access Code: 282 776 44829
*****************************************************************************************
amendment 0002 – Technical Specifications And Drawings Have Been Updated Based On Responses To Projnet Dr. Checks Inquiries. Wage Determination Has Been Updated. All Other Terms And Conditions Remain Unchanged.
amendment 0001 –technical Specifications And Drawings Have Been Updated. Wage Determination Has Been Updated. All Other Terms And Conditions Remain Unchanged.
---------------------------site Visit Sign-in Sheet Has Been Attached--------------------------
the U.s. Army Corps Of Engineers {usace) Savannah District Is Issuing An Invitation For Bid (ifb) W912hn25b4000 For Project Number: 097211, Construct Child Development Center, Fort Liberty, North Carolina.
note: This Solicitation Will Result In A Firm-fixed Price C-type Stand-alone Contract.
type Of Contract & Naics:this Acquisition Will Be Solicited Using Far Part 14, Sealed Bid Procedures For One (1) Firm-fixed-price (ffp) Contract. The North American Industry Classification System (naics) Code Is236220 – Commercial And Institutional Building Construction, With A Small Business Size Standard Of$45m.
product Service Code:y1cz – Construction Of Other Education Buildings
type Of Set-aside:this Acquisition Is Being Offered As A 100% Small Business (sb) Set-aside
construction Magnitude:in Accordance With Dfars 236.204, The Magnitude Of This Construction Project Is Anticipated To Be Between$25,000,000 And $50,000,000.
project Labor Agreement:notice Of Project Labor Agreement Requirementin Accordance With Far 52.222-33 Alternate I, A Pla Will Be Required From The Apparent Low/successful Offeror Prior To Award. Far 52.222-34 Project Labor Agreement Is Applicable To This Project.
site Visit: A Site Visit Will Be Held10 December 2024 At 0930 Hours.contractors Will Report To The Barracks Resident Office At 3630 Alpha Street, Bldg. 3-2716, Fort Liberty, North Carolina.
site Visit Poc: Karl Miller-karl.j.miller@usace.army.mil-(910) 723-6572
bid Due Date:15 January 2025 Via Piee At 1100hrs.
virtual Public Bid Opening:15 January 2025 At 1200hrs. A Webex Link Will Be Posted To Sam.gov On This Page,one (1) Daybefore Bid Opening.
period Of Performance:the Period Of Performance Including All Options Is1,080 Calendar Daysafter The Issuance Of The Notice To Proceed.
project Scope:this Is A New Requirement To Construct A Child Development Center For Children Six Weeks To Five Years Of Age With Adjacent Play Area For Children Supporting Facilities At Fort Liberty, North Carolina. The Current Building Is A Standard Design Child Development Center With Outdoor Play Areas For Children Between The Ages 6 Weeks - 5 Years Of Age. The Child Development Center Facility Includes Developmental Learning Modules, Activity Areas, An Isolation Room, Changing Areas, Patron Visitor Waiting Area, Administrative Support Space, Staff Lounge, Work Rooms, Commercial Kitchen, Laundry Storage, Supply Room, Information Systems, Fire Protection And Alarm Systems, Electronic Security Systems (ess), Fire And Life Safety (fls) Systems, And Utility Monitoring And Control Systems (umcs) Connection. Additionally, The Facility Includes Outdoor Play Areas With Age-appropriate Child Development Equipment, Safety Surfacing, And Fencing. Sustainability And Energy Enhancement Measure Are Included.
supporting Facilities For The Child Development Center Include Site Development, Utilities And Connections, Lighting, Paving, Parking, Sidewalks, Curbs And Gutters, Bioretention Areas, Information Systems, Landscaping, And Signage. Work Will Also Include Installation Of Video Monitoring, Alarm, And Intercom Systems For Safety. Air Conditioning Will Be Provided By Standalone Chillers Located Adjacent To The Facility. Measures In Accordance With The Department Of Defense Minimum Antiterrorism For Buildings Standards Will Be Provided. Access For Individuals With Disabilities Will Be Provided. Facilities 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.
this Project Is Fully Designed, And All Technical Specifications And Drawings Will Be Provided At The Issuance Of The Solicitation.
solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System {sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored.
project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://sam.gov To Download The Solicitation For This Project.
if/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Offerors Must Check The Website Periodically For Any Amendments To The Solicitation.
registrations:system For Award Management (sam)-offerors Shall Maintain An Active Registration In The Sam Database At Https://sam.gov To Be Eligible For A Government Contract Award. Suppose The Offeror Is A Joint Venture (jv). In That Case, The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If An Offeror Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Offeror.
procurement Integrated Enterprise Environment (piee): The Only Authorized Transmission Method For Bids In Response To The Forthcoming Solicitation Is Electronic Via Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Method (e-mail, Facsimile, U.s. Postal Mail, Hand Carried, Etc.) Will Be Accepted. Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil/.
point Of Contacts: Contracting Officer - Mr. Greg Graham - Gregory.m.graham@usace.army.mil
contract Specialist – Ms. Tatjana Fisher – Tatjana.m.fisher@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents
7421-7430 of 7687 archived Tenders