Fiber Tenders
Fiber Tenders
Karnataka Power Corporation Limited - KPCL Tender
Electrical Goods and Equipments...+1Electrical and Electronics
India
Closing Soon22 Feb 2025
Tender AmountINR 15.4 Million (USD 177.9 K)
Details: The Scope Of Work Includes The Supply Of 34 Numbers Of 0.2s Class 3ph,4 Wire Abt/samast Compliant Energy Meters Of M/s L&t Make Or M/s Secure Make Or Any Other Reputed Make Which Are Meeting The Specifications Of Energy Department, Govt. Of Karnataka And Approved By Kptcl, With Abt/samast Feature, Ethernet Tcp/ip & Rs 485 Communication Ports With Dlms Protocol Having Time Synchronizing Facility With Gps, One Optical Port Along With Complete Energy Management System Consisting Of Customizable Energy Meter Management Software, Dcus For Pooling The Data From Energy Meters, Application & Data Base Server Systems, Uninterrupted Power Supply Systems (ups), Operating Work Stations, Data Communication Cables, Optical Fiber Cable, Ethernet Cables, Managed Ethernet Switches Along With Necessary Accessories To Complete The Entire Energy Management System, Quality Surveillance, Inspection Before Dispatch, Packing & Forwarding, Arranging Transit Insurance On For Destination Basis.
Northern Railway - NR Tender
Scraps
Ireps
India
Closing Date25 Mar 2025
Tender AmountRefer Documents
Description: Scrap Ferrous Heavy Melting Consisting Of Cattle Gaurd,crank Casing Bottom ( Sump), Bogie Bolister, Buffer,coupler Body & Its Parts, Mast,bridge & Shade Structure, Tank Cutting Parts, Angle, Chanel, Girder,plate,iron Block,m.s.chain, Suspension Arrangement, Bridge Column,tie Bar - Fencing , Flat,round, Rod, Structure & Other Various Items Fit For Heavy Melting. Of Sorts & Sizes. . Note- 1-l.b.p. 2- Cutting Allowed For Loading Purpose & Removal Of Concrete, Fiber, Soil, Rubber Etc. Location - Lying At 02 Places --1- Near L/n-12 Under Pipal Tree In Plot-a & 2- Infront Of W/a-03
South East Central Railway - SECR Tender
Scraps
Ireps
India
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Description: Lot Of Scrap Items Consisting Of Scrap Fibre, Rubber And Plastic Like Hose Pipe Without Coupling, Upper And Lower Washer, Pu Pad, Plastic Cover, Plastic Ring, Fiber Rear And Front Cover, Pvc Water Tank, V Belt, Air Duct Assembly Hdpe Commode Lavatory Chute Etc. Nvd Items With Or Without Slight Iron And Other Attachment.
DEPT OF THE ARMY USA Tender
Food Products
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil
subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.
Department Of Energy Tender
Civil And Construction...+2Excavation, Water Storage And Supply
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Note: This Will Be A Sealed Bidding Solicitation, All Responses To This Invitation For Bid (ifb) Shall Be Submitted Via Fedconnect Only (email Proposals Will Not Be Accepted).the Western Area Power Adminiistration (wapa), Rocky Mountain Region (rmr) Has A Requirement For A Contractor To Provide Labor, Materials, Tools, Equipment, Transportation, And Other Resources Necessary To Complete This Project.the Principal Componenets Of Work Include The Following:construction Of A New 115-kv Switching Station Consisting Of Three (3) Breaker Ring Bus On The Erie – Hoyt – Willoby Transmission Lines, Associated Electrical Equipment, Structures, Foundations, Prefabricated Control Building Foundation, Site Development And 0.3-miles Of 115-kv Transmission Line For Approach Spans Into Switching Station; Removing 0.3-miles Of 115-kv Transmission Line; Fiber Optic Installation Including Fiber Optic Cable(s), Fiber Splicing And All Associated Fiber Equipment For Sand Creek Switching Station Stage 01.
U S COAST GUARD USA Tender
Others...+1Civil And Construction
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0005 (attached) January 10, 2025 Site Visit Sign-in Roster amendment 0004 (attached) Clarifications And Responses To Questions amendment 0003 (attached) Biddue Date Is Changed To 20 February 2025 At 2:00 Pm Local Time, Warwick, Ri. amendment 0002 (attached) amendment 0001 (attached): The Time For The Scheduled Site Visit Has Been Set At 10:00 Am Est On Friday, 10 January 2025. Attendees Are Instructed To Meet At The Main Entrance Of Waesche Hall. contractor Shall Provide All Personnel, Equipment, Materials, And All Other Items And Services Required To Relocate The Library’s Special Collection, Located At Waesche Hall At The U.s. Coast Guard Academy, And All Incidental Related Work. The Project Includes A Base Bid Item And One (1) Optional Bid Item. item No. 1 - Base Bid Item collection Archival Space Shall Be 2-hour Fire Rated With Controlled Temperature, Moisture, And Lighting. The New Mechanical Room Shall Be A 1-hr Fire Rated Space. a. Work Consists Of The Removal Of Existing Walls, Doors, Ceilings, Flooring And Mep Systems, And The Provision Of Interior Gypsum Board Partitions, Shaft Walls And Ceiling Assemblies, Flooring, Doors And Door Frames, Electrical Lighting, Power And Data, Mechanical Ductwork/equipment, And New Paint. b. Work Includes The Provision Of New Fiber Optic Cable From The Basement Of Chase Hall C Annex (data Closet C036) To The Ground Floor Of Waesche Hall (room 017). All Cables Shall Be Run Through Existing Conduit Between Buildings. c. Construction Work Includes Alterations To The Second-floor Breakroom (room 220) Kitchenette To Include Relocating A Sink And Base Cabinet, New Power Receptacles And The Provision Of A New Data Cabinet, Fiber, Cabling, And Data Switches. d. Second Floor Work Also Includes The Removal Of The Existing Special Collection Metal Wire Enclosure (located In Library Space - Room 200) And All Associated Structural Framing And Mechanical Fasteners (floor & Ceiling Mounted). Note, This Work Shall Only Be Performed After; The New Special Collection Space (room 117) Is Completed, And The High-density Shelving System Is Installed, And The Collection Of Rare Books And Media Materials Are Moved From The Second Floor Into The New Special Collection Room 117. The Owner Shall Move The Special Collection Materials Into The New Space Upon Its Completion. The Contractor Shall Coordinate The Scheduling Of The Second-floor Special Collection Enclosure Removal Work With The Cor. item No. 2 - Optional Bid Item provision Of New High Density (mobile Storage Units) Shelving System As Specified. all Work Shall Be Accomplished In Accordance With The Specifications For Project #22020230, Drawings 22020230, And The Applicable Wage Rates Incorporated Herein. Please See Attachments For More Details. the Applicable North American Industry Classification System (naics) Code Is 237990 Other Heavy And Civil Engineering Construction, With A Small Business Size Standard Of $45.0 Million. The Estimated Value Of The Procurement Is Between $500,000 And $1,000,000. A 20% Bid Bond Is Required. Performance And/or Payment Bonds Will Be Required. the Date Set For Receipt Of Bids Is 28 January 2025. Award Is Anticipated To Be Made Mid Or Late February 2025. The Performance Period Is Estimated To Be 294 Calendar Days From Issuance Of Notice To Proceed. this Acquisition Is Issued Pursuant To Far Part 14 Sealed Bidding And Is 100% Set-aside For Small Business Concerns. All Relevant Solicitation Documents, Including Specifications, Drawings, And Applicable Wage Determinations Incorporated Herein, Can Be Accessed For Download As Attachments Of This Ifb At The Following Site: Https://www.sam.gov. Vendors Must Be Registered In The System For Award Management Database Through Https://www.sam.gov In Order To Receive A Federal Government Contract. the Government Reserves The Right To Cancel This Solicitation Either Before Or After The Closing Date. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Solicitation Notice Or Any Follow-up Information Requrest.
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents
Details: Hannibal 4 Corners Hydraulic System . The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves The Replacement Of The Central Hydraulic System For The Main And Auxiliary Lock Chambers At Hannibal Locks And Dam, Ohio River, Ohio. The Contract Will Include A New Modified Four Corner Hydraulic System For Each Lock Chamber Consisting Of Hydraulic Power Units (hpus) For The Miter Gates And Culvert Filling/emptying Valves. The New Hpus Shall Be Located In New Precast Buildings At The Following Locations: ? Two (2) Hpus On The River Wall; One Upstream And One Downstream For Operation Of The Main Chamber Culvert Valves And Miter Gates.? Two (2) Hpus On The Middle Wall; One Upstream And One Downstream For Operation Of Main Chamber Culvert Valves And Miter Gates. In Addition, The Two Hpus On The Middle Wall Are For Operation Of The Auxiliary Chamber Miter Gates. The Modified Four-corner System Reduces The Number Of Hpus On The Middle Wall From Four To Two.? Two (2) Hpus On The Land Wall; One Upstream And One Downstream For Operation Of The Auxiliary Chamber Culvert Valves And Miter Gates. The Contract Specifically Includes: A. Installation Of New Power, Control, And Fiber Optic Cables For The Six (6) Hpus. Includes Modifying The Existing Control Stations In Each Control Shelter For The Addition Of The New Hpus And Miter Gate Controls. B. Furnishing And Installation Of Six (6) Hpus, Fourteen (14) Manifold Blocks, Stainless Steel Hydraulic Piping, And Hydraulic Oil.c. Furnishing And Installation Of Six (6) Precast Buildings Which Includes Raised Concrete Pads, Power Distribution Equipment, Associated Electronics And Hardware, And New Utility Trench Covers In Various Areas Of The Lock.d. Furnishing And Installation Of New Motor Control Center (mcc) Distribution Equipment.e. Demolition And Disposal Of Existing Central Hydraulic System Located In The Middle Wall Operations Building. This Includes All Motors, Pumps, Reservoir, Filters, Associated Piping, And Proper Disposal Of Hydraulic Oil.f. Demolition And Removal Of All Existing Central Hydraulic Oil Lines On The River, Middle, And Land Walls. This Includes All Lines For Pressure And Return To Each Miter Gate And Culvert Valve Cylinder. Removal And Proper Disposal Of Hydraulic Oil And Components Will Be Required. Removal And Proper Disposal Of Electrical Equipment Will Be Required. Ferrous And All Other Construction Waste Material Will Be Disposed Of At Commercially Permitted Facilities Licensed To Accept Waste Or Recyclable Materials As Applicable. Construction Work Will Occur In Close Proximity To Waterway Traffic And Operating Lock And Dam Gates. The Existing Lock Chambers And Dams Are Currently Operated And Staffed By Government Personnel 24 Hours A Day 365 Days Of The Year. Lock Closures For Installation And Testing Of New Equipment Will Be Required To Be Minimal And At The Approval Of Government.the Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204)between $10,000,000.00 To $25,000,000.00the Acquisition Will Be Procured As Full And Open Competition. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 3 January 2024, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237990 ? Other Heavy And Civil Engineering Constructionthe Small Business Size Standard For This Naics Code Is $45,000,000.00.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select Get Started Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: Work Includes Complete Construction And Activation Of A New Electronic Health Record Modernization System. The Scope Of This Project Is To Replace The Campus Main Computer Room, Upgrade And Replace Telecommunications Closets, And Upgrade Campus Fiber And Data Cable. Project Building Locations Include 1, 4, 7, 6/8, 9, 10, 11, 12, 13, 14, 26, 28, 29, 33, 34, 35, 36, 44, 45, 46, 48, 49, 53, 54 And The Site. the Project Includes, But Is Not Limited To, The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Construct Exterior Shell Space To Existing Buildings For New Telecommunication Rooms (site Work, Demolition, Shell Space, Finishes, Plumbing, Lighting), Physical Security Upgrades, Construct Diversified Path For Wan, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. the Period Of Performance Shall Be 548 Calendar Days From Issuance Of The Notice To Proceed.
STATE, DEPARTMENT OF USA Tender
Telecommunication Services
United States
Closing Date31 Dec 2025
Tender AmountRefer Documents
Details: The Regional Procurement Support Office At The Us Consulate General Frankfurt Hereby Provides The Following Pre-solicitation Notice In Respect Of The Issuance Of A Request For Proposal (rfp) For: landline Telecommunication Services For Bec & Bdsc us Embassy Baghdad, Iraq the Solicitation May Result In The Award Of An Indefinite Delivery Indefinite Quantity (idiq) Contract For One Base And Four Option Years In The Second Quarter Of Fiscal Year 2025. embassy Baghdad Requires Continued Landline Telephone Services To Support Their Telephone Infrastructure. For This Contract, Two Different Configurations Are Explored. The First Setup Is To Continue Support For The Current Configuration At The Baghdad Embassy Compound (bec). The Second Configuration Supports A More Robust Setup Where One E1 Circuit Is Installed In The Bec And The Second E1 Installed At The Baghdad Diplomatic Services Center (bdsc) Located Approximately 25 Kilometers From The Bec. Both Locations Will Also Require Separate Banks Of Did Numbers. At A Minimum, Embassy Baghdad Will Need Landline Telephone Services To Support The Current Configuration. the Proposed E1 Telephone Service Shall Be Provided By Fixed (fiber) Or Fixed Wireless Service But Shall Be Interconnected With Iraq’s Landline Network, Main Gsm Operators Zain, Asia Cell And Korek, As Well As Other Regional Wireless Operators. the Contractor Shall Be Properly Licensed To Provide The Service With The Ministry Of Communications And Have All National And Local Licenses, Permits And Access Arrangements To Provide Uninterrupted 24 Hours/7 Days A Week (24/7) Telephone Service. the Solicitation Is Planned To Be Issued In December 2024/january 2025 And The Solicitation Package Will Be Posted On Www.sam.gov With Solicitation Number 19ge5025r0016. the Solicitation Package Will Only Be Available In The English Language. Solicitation And Award Will Be Subject To The Federal Procurement Laws And Regulations Of The United States Of America. the Contract Specialist For The Administration Of This Contract Is Ms. Wencke Jacobsen, Email: Jacobsenw@state.gov. note: Registration In The Us System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements At The Help Tab Of Https://www.sam.gov And The Federal Service Desk : Www.fsd.gov. (the Fsd Is A Free Technical Support Service Desk For User Assistance.)
901-910 of 1052 active Tenders