Fire Tenders
Fire Tenders
FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender
Security and Emergency Services
United States
Details: The Department Of Homeland Security/federal Emergency Management Agency/u.s. Fire Administration (dhs/fema/usfa) Intends To Negotiate And Award A Contract On A Sole Source Basis (iaw Far 6.302-1(a)(2)) With The National Fallen Firefighters Foundation (nfff) Located At 16825 S. Seton Avenue, Emmitsburg, Md.
from 1981 To 1991, The Federal Emergency Management Agency (fema) Sponsored The National Fallen Firefighters Memorial Service Under The Leadership Of Its United States Fire Administration (usfa). The Service Previously Was Held Each October In Conjunction With National Fire Prevention Week. Because The Service Is Primarily Held Outdoors At The Memorial Site And Based On Potential Inclement Weather As Well As Other Logistical Concerns The Service Is Now Held In May Of Each Year And Symbolizes The Gratitude All Americans Feel Toward The Men And Women Of The Fire Service Who Work Tirelessly To Protect Our Communities From All Emergencies.
the National Fallen Firefighters Foundation (nfff), Hereafter Referred To As The Foundation Or Nfff, Was Created By Congress In 1992 And Given The Mandate To “honor And Remember America’s Fallen Firefighters And Assist Their Survivors In Rebuilding Their Lives.” Annually, Under The Department Of Homeland Security Appropriations Bill, Fema Is Directed To Continue Its Traditional Funding For The Congressionally Mandated National Fallen Firefighter Memorial. Since Its Inception The Foundation Has Worked With The U.s. Fire Administration To Develop The National Fallen Firefighters Memorial Weekend. In 1997 The Foundation Took Over The Planning, Direction, And Management Of The Memorial Weekend, Including Small Group Survivor Sessions, Chapel Vigil, Candlelight Service, And The National Memorial Service. Nfff Staff Has The Experience And Expertise To Ensure That This Important Event Is Delivered With The Honor And Dignity That It Deserves. Nfff Staff Also Has The Security Clearance Required To Access And Operate On The Campus Of The National Emergency Training Center (netc), The Site Of The Annual Memorial Weekend. With More Than 5,400 Fire Service Survivors In Its Database, The Foundation Has A Unique Capability To Involve Them In The Planning And Formulation Of Programs For The National Memorial Weekend.
an Event With The Scope Of The National Memorial Weekend, Which Is Attended By Nearly 1,000 Family Members And More Than 6,000 Fire Service Members And Is Broadcast Nationwide, Takes A Multitude Of People To Plan, Organize And Manage The Activities. Almost Immediately After Completion Of The Memorial Weekend And The After Action Review, The Planning For The Following Year Begins. Due To The Magnitude Of The Event, There Are Many Volunteers That Are Required To Support The Memorial Weekend Activities. With A National Network Of Survivors And Contacts In The Fire Service Community, The Foundation Has The Ability To Get Volunteers To Assist With The National Memorial Weekend And Is The Only Practicable Source To Provide Services To Manage The National Memorial Weekend. More Than 100 Survivors Of Firefighters Honored In Previous Years Return Each Year To Assist With Activities For The Families Of Those Being Honored. In Addition, The Foundation Is Able To Recruit More Than 100 Senior Level Members Of The Fire Service, More Than 800 Honor Guard Members, And More Than 200 Fire Service Escorts As Volunteers During The Weekend. Using Volunteers Instead Of Paying For Services Enables The Foundation To Keep The Expenses Associated With The National Memorial Weekend To A Minimum. It Would Take Another Organization Years To Build The Capability That The Foundation Has To Successfully Manage The National Memorial Weekend. The Location Of The National Fallen Firefighters Foundation Office On The Campus Of The National Emergency Training Center Also Enables Foundation Staff To Assist With All Preparations Leading Up To The National Memorial Weekend.
the National Preparedness Goal (npg) Sets The Vision For Nationwide Preparedness And Identifies The Core Capabilities And Targets Necessary To Achieve Preparedness Across Five Mission Areas Laid Out Under Ppd 8: Prevention, Protection, Mitigation, Response, And Recovery. Since 2004, The Nfff Has Led A Nationwide Initiative To Prevent Firefighter Fatalities. Part Of This Initiative Focuses On Fire Prevention To Protect Communities And Prevent Fires, Thus Reducing Firefighter Fatalities. When A Firefighter Fatality Does Occur, The Foundation’s Local Assistance State Team Responds To The Local Community To Help The Department And The Firefighter’s Family Mitigate The Death. The National Fallen Firefighters Memorial Weekend Helps The Family, And The Department Members Recover By Offering Support Of Professional Grief Counselors, Giving The Families An Opportunity To Network With Other Survivors Who Have “walked In Their Shoes,” And Letting Them Know That A Grateful Nation Recognizes Their Loved Ones Who Made The Ultimate Sacrifice. As Required By Congress, The Nfff Recognizes And Honors The Services Of Those Who Have Unselfishly Lost Their Lives While Responding To Emergencies At The National Memorial Weekend. Through These Efforts, The Nfff Supports The Five Broad Missions’ Areas Outlined In The Npg. This Serves In The Development Of An Integrated Approach That Strengthens The Nation's Ability To Address Disasters, Emergencies, And Terrorist Events By Keeping The Public Mindful Of The Ultimate Sacrifice Made By Our Fallen Firefighters. This Recognition Then Serves To Encourage The Leadership And Staff Of The Nation's Fire And Emergency Services To Be Better Prepared To Deal With These Events And To Prevent Future Fatalities.
the Nfff Is The Only Entity Created By Congress That Is A 501(c)3 Nonprofit Corporation And Supports The Five Mission Areas Of The Npg. The National Fallen Firefighters Foundation Is The Only Eligible Organization With The Capability To Conduct The National Fallen Firefighters Memorial Weekend.
it Is The Government’s Intention To Issue A Contract With A Base Period Of Performance With Four (4) Each One (1) Year Option Periods As Follows:
base Period: April 28, 2025 Through April 27, 2026
option Period 1: April 28, 2026 Through April 27, 2027
option Period 2: April 28, 2027 Through April 27, 2028
option Period 3: April 28, 2028 Through April 27, 2029
option Period 4: April 28, 2029 Through April 27, 2030
the Purpose Of The Contract Is To Procure The Services To: (1) Hold Meetings To Consider Appeals By Families Or Fire Officials Of Fallen Firefighters Previously Turned Down Or Inadvertently Omitted From Memorial Weekend, (2) Consult With Fire Service Groups And Families Of The Fallen Firefighters To Identify Any Needed Changes To The Weekend, (3) Provide A Plaque Which Identifies The Names Of Fallen Firefighters To Be Honored During The Appropriate Memorial Services As Well As The Names Of The Fallen Firefighters Added From Previous Years, And (4) Provide Travel, Lodging, And Meals For Immediate Survivors Of Fallen Firefighters Being Honored. This Allows Survivors To Participate In Family Day Sessions Conducted By Trained Grief Counselors And In The Private And Public Tributes.
the Contractor Must Be Able To Meet The Core Responsibilities Required For This Requirement As Follows:
promote The Interests Of State And Local Fire Organizations, Fallen Firefighters, And Relatives Of The Fallen;
have A Longstanding Relationship With The Returning Survivors Of The Fallen Heroes;
serve As The Voice For The “fire Service Survivors Network;
experience With Planning Events Like The Memorial Weekend, To Include Individual Services Like (1) Candlelight Service, (2) Chapel Service/vigil, And The National Memorial Tribute Service; And
experience In Counseling Families Of The Fallen Firefighters.
based On The Above Information, The Only Organization Known Which Can Provide Technically Acceptable Services Is The National Fallen Firefighters Foundation. Fema Determined That The Nfff Is Uniquely Qualified To Perform This Work.
this Notice Is Not A Request For Proposal (rfp) For Competitive Proposals And No Solicitation Document Exists For This Requirement. However, Parties Interested In Responding To This Notice Shall Submit Technical Data, Including Cost, Sufficient To Determine Capability In Providing The Same Services. All Capability Statements Received By The Closing Of This Intent To Sole Source Notice Will Be Considered By The Government. A Determination By The Government Not To Compete Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
submit Email Capability Statements (using Pdf, Ms Word, Excel Attachments) To Jane Huwig-leister, Contract Specialist At Jane.huwig-leister@fema.dhs.gov. And James Suerdieck, Contracting Officer At James.suerdieck@fema.dhs.gov . Statements Are Due Not Later Than 5:00 P.m. Eastern On December 13, 2024. No Telephone Calls Will Be Accepted.
primary Point Of Contact: Jane Huwig-leister
contracting Office Address:
dhs/fema/netc
building O
16825 South Seton Avenue
emmitsburg, Md 21727
place Of Performance:
emmitsburg, Md 21727
classification Code: R708
naics Code: 813319
Closing Date13 Dec 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Details: 20 February 2025 Revision:
the Government Is Seeking Feedback Regarding The Next Industry Day. Please Provide Answers To The Three Questions Below By 24 February 2025. Answers Can Be Provided With Your Sources Sought Response Form Or In A Separate Email To John Fotos At John.g.fotos.civ@army.mil, Ashley Korves At Ashley.m.korves.civ@army.mil, And Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil.
how Many Additional Hwad Industry Days Would You Like?
would You Benefit From A Hwad Industry Day After Release Of The Draft Rfp, After Release Of The Final Rfp, Or Both?
what Specific Buildings / Areas Of The Installation / Operations Would You Like To See On The Next Industry Day Tour?
the Following Attachments Are Being Added To This Post.
hwad Industry Day #1 Q&a 2
06 February 2025 Revision:
the Following Attachments Are Being Added From Industry Day #1.
hwad Industry Day #1 Presentation - Final
hwad Industry Day #1 Q&a 1
hwad Industry Day #1 Attendees
14 January 2025 Revision:
hwad Industry Day #1 Update:
the Army Contracting Command - Rock Island And Joint Munitions Command Will Be Hosting An Industry Day For The Anticipated Competition For The Operation And Maintenance Of Hwad On January 29-30, 2025. Industry Day Will Be All Day On January 29, 2025, And Half Day In The Morning Only On January 30, 2025.
02 December 2024 Revision:
for The Anticipated January 2025 Hwad Industry Day, Each Company Is Permitted To Send Up To Four (4) Representatives To Participate At Any One Time. For Example, Four (4) Representatives Are Permitted At The General Overview Session, And Four (4) Are Permitted To Attend The Facility Tour; They Are Not Required To Be The Same People. Individuals From Consulting Firms Acting On Behalf Of A Particular Company Will Be Included In The Respective Company’s Total Representative Count. The Limit Will Be Strictly Enforced.
attachment 1 Hwad Industry Day Company Registration Form Due 16 December 2024 Has Been Updated To Remove Question #4.
attachment 6 Hwad Sources Sought Questions And Answers Has Been Added.
description: The U.s. Army Contracting Command, Rock Island, On Behalf Of Headquarters, Joint Munitions Command, Located At Rock Island Arsenal, Rock Island, Il, Is Currently Seeking Interested Sources For The Execution Of Standard Depot Operation (sdo) Functions Including But Not Limited To Ammunition Receipt, Issue, Surveillance, Re-warehousing And Demilitarization (demil), As Well As The Operation, Maintenance, And Modernization Of Hawthorne Army Depot (hwad) Located In Hawthorne, Nv.
hwad Is A Government-owned, Contractor-operated (goco) Facility That Serves As An Archival Storage And Demil Location For A Wide Array Of Conventional And Non-standard Ammunition. In Addition To The Storage And Demil Of Ammunition, The Operating Contractor Will Be Required To Maintain And Modernize Equipment And Facilities, And Provide Numerous Base Support Services (e.g., Grounds Maintenance, Property Administration, Fire Protection, Safety And Security, Etc.).
hwad Is An Eligible Facility Under The Armament Retooling And Manufacturing Support (arms) Program. As Such, The Operating Contractor Will Be Required To Market Idle And Underutilized Facilities At Hwad For Commercial Use By Private Sector Firms. The Operating Contractor Must Comply With All Federal, State, And Local Laws And Army Regulations And Policies, As Well As Maintain Critical Skills And Core Capabilities Related To Storage And Demil Functions.
specifications: Draft Performance Work Statements (pws) For This Effort Are Included With This Sources Sought Announcement For Information Purposes Only. Please Note These Are Not The Final Versions. Final Pwss Will Be Provided When The Official Request For Proposal Is Released.
anticipated Requirements: A Long-term Facility Use And Production Contract With A Period Of Performance Beginning 1 Jan 2027 Is Anticipated. The Storage Levels And Demil Quantities Will Vary Given Funding Requirements. During Fiscal Year (fy) 2022-2024, The Stored Quantity Has Annually Averaged 200k Tons With 13k-14k Tons Total Of Receipt And Issue Per Year. Demil Planned Workload For Fy2025 Is 8.4k Short Tons With Fy2026-fy2030 Planned Workload At Approximately 43k Short Tons Total, Averaging Approximately 8k Per Year. Hwad Has A Storage Capacity Of 7.6m Sq. Feet (excess Storage Capacity Beyond The Government's Orders May Be Utilized For Commercial Business In Exchange For Contractor Investment In The Facility).
industry Days: The Government Anticipates Hosting Multiple Industry Days For This Effort, With The First Occurring The Week Of 27 January 2025.
interested Participants Must Register In Advance By Completing The Hwad Industry Day Company Registration Form, Hwad Industry Day Individual Registration Form, And Hwad Base Access Ncic Iii Form. All Completed Forms Will Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 16 December 2024.each Participant’s Requestmust Be Approvedby The Government Prior To Attendance.
the Government Intends To Allow Interested Contractors Access To Hwad For Tours Of The Facilities. Additional Details Will Be Provided When Available. In Order To Maximize The Value Of Future Tours, The Government Is Requesting Specific Feedback From Industry On The Manner In Which Tours Should Be Conducted. Topics The Government Is Seeking Feedback On Include, But Are Not Limited To, The Following:
number Of Visits And Timing Of Each (i.e. Immediately, Pre-rfp Release, Post-rfp Release, Etc.)
a List Of Facilities Interested Parties Would Like To See During The First Industry Day.
duration Of The First Tour (one Day, Two Days, One Week, Etc.)
number Of Individuals Per Company Needing To Be Present To Maximize Tour Value - Question Removed
any Questions Shall Be Submitted Prior To Industry Day And If Possible, Questions Will Be Answered At Industry Day. All Q&a Will Be Posted To Sam.gov Following The Industry Day.
additional Feedback
submission Information:
the Government Encourages All Responsible Interested Sources To Submit Their Capabilities/qualification Data Which Demonstrates Experience In Execution Of Base Operations, Sdo And Ammunition Demil. Interested Companies Should Respond By Providing The Government The Following Information:
name Of Company And Cage Code
point Of Contact's Name, Telephone Number And E-mail Address
company Address
business Size Information (please Specify As Either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-owned Small Business, Or Service-disabled Small Business).
identification Of Whether You Are Interested In This Opportunity As A Prime Or A Subcontractor.
a Brief Summary Of The Company's Capabilities, To Include Descriptions Of Personnel, Skills, Experience, And Expertise, Including Knowledge Of Safety, Security, Storage, And/or Environmental Regulations Associated With Operating A Government Facility.
details Regarding Experience With Similar Efforts/items
identification Of Potential Sources For Major Subcontractors If The Source Intends To Utilize A Subcontractor(s)
additionally, The Government Encourages Industry's Feedback On The Terms And Conditions To Be Included In The Acquisition. This Includes, But Is Not Limited To The Following:
contract Length And Structure (cost Vs. Firm Fixed Price Arrangements)
contract Incentive Arrangement (e.g., Award Term, Fixed Price Incentive Fee, Cost Plus Award Fee)
contractor Investment Arrangement For Commercial Use Of Excess Production/storage/ Demil Capacity
storage Consolidation Plan
use Of Multiple Contracts Separating Facility/base Management From Direct Ammunition Mission
alternate Technology Approaches To Standard Demilitarization
renewable Energy Concepts
questions (answers Provided At Industry Day)
additional Feedback
this Information Shall Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 24 February 2025.
this Is A Market Survey For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal, Nor As An Obligation On The Part Of The Government. The Government Does Not Intend To Award A Contract On The Basis Of This Market Survey Or Otherwise Pay For Information Solicited. Participation In This Effort Is Strictly Voluntary. Please Identify Any Proprietary Information Submitted. The Government Intends To Utilize The Information Received Only To Develop The Acquisition Strategy For Future Requirements. Any Of The Information Stated Above Is Subject To Change. If A Formal Solicitation Is Generated At A Later Date, The Government Will Publish A Solicitation Notice.
Closing Soon24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Presolicitation Notice - Amendment 001
this Notice Was Amended To Include Additional Verbiage Required Byfar 36.211(b).
invitation For Bids (ifb) Set-aside For Small Businesses
naics Code: 236220 - Commercial And Institutional Building Construction
the West Virginia National Guard Intends To Issue An Invitation For Bids To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances And Supervision Necessary For The Renovation Of Bldg 309 For Operations And Training In Martinsburg, Wv. This Project Will Include: Renovation (roughly29,109sq Ft) Of An Existing Two-story Facility To Relocate Headquarters Functions. Work Includes Interior Wall Relocation, And Necessary Relocation/upgrade Of Electrical, Hvac, Mechanical, And Fire Protection Systems. Secure Briefing Spaces Will Be Required In The Command Post Area, Which Shall Comply With Icd 705 Requirements. The Following Options Are Included In This Project: (1) Window Shades And Blinds, (2) Wire Mesh Partitions, (3) Communication Wiring, (4) Command Post Bathroom, (5) Financial Suite, And (6) Flight Service.
the Contract Duration Is 550 Days After The Notice To Proceed (ntp). This Project Is Set-aside 100% For Small Businesses. The North American Industry Classification (naics) Code Is 236220 With A Size Standard Of $45,000,000.00. The Magnitude Of Construction Is Between $1,000,000 And $5,000,000.
the Tentative Date For Issuing The Solicitation Is On-or-about 6 March 2025. The Tentative Date For The Pre-bid Conference Is On-or-about 6 May 2025, 9:00 Am Local Time, Location To Be Provided In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions For The Pre-bid Conference Must Be Submitted By 13 May 2025 Via Email To Ryan.belfield@us.af.mil And Christopher.broschart@us.af.mil.
the Bid Opening Date Is Tentatively Planned For On-or-about 3 June 2025. Actual Dates And Times Will Be Identified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration).
the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov.
your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded”.
in Accordance With Far 36.211(b), The Following Information Is Provided:
the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204.
data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available, But Will Be Compiled And Provided In Future Announcements.
disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Closing Date5 Mar 2025
Tender AmountRefer Documents
Home Office Tender
Software and IT Solutions
United Kingdom
Description: Fire And Rescue Services Data Platform Pin Notice
Closing Date20 Dec 2025
Tender AmountGBP 3.2 Million (USD 4 Million)
Bridge And Roof Company India Limited Tender
Corrigendum : Closing Date Modified
India
Description: Installation of Clean Agent Fire Protection System In Both The Control Room At Ipps-3 And Rt Site In Connection With Composite Works For Ipps 3 And Rt-receipt Terminal At Numaligarh-part- C
Closing Soon22 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Description: Maintenance And Repair Of Fire Alarm Systems - Usag Ansbach
Closing Soon21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|0001|18|180|||||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|335311|800||||||||||||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
facsimile Proposals (oct 1997)|1|717-605-3211|
type Of Contract (apr 1984)|1|firm-fixed Price|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Offer Due Date Is Hereby Extended To 28 Feb 2025.
the Offer Due Date Is Hereby Extended To 07 Feb 2025.
1.) All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
2.) Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Uotation.
please Specify (if Other Than 60 Days) ______________ Days.
3.) In Order For Your Offer To Be Considered, You Must Submit The Entire Rfp Completed And Signed, Prior To The Closing Date/time Listed On The Rfp. Neco Offers Will Not Be Accepted.
4.) Technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At Https://logistics.unnpp.gov/ecommerce. This Website Requires A Password And
pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website.
a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You.
5.) To Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents.
technical Documents Associated To This Solicitation Or Award Such As; Drawings,technical Data, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At
the Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To The Award. This Website Requires A Password And
pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Manufacture And Design - The Assy, Ups Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;cgi Federal Inc (9x833); .
b. Drawing: ;09203073; .
c. Piece Number: ;-02; .
Revision: ; ; .
d. Part Number: ;09203073-02; .
e. Catalog Number ; ; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;.; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s)
Which Are Part Of The Total Requirement Of The Contract/purchase
Order.
block C: Is The Category Of Data Required, Tdp Is Defined
In Mil-t-31000. Tm Is Defined In Part 1x, Section B
Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's
Included In Our Solicitations Meet The Requirement Of Tdp As
Navsup-wss Does Not Regularly Purchase Only Technical Manuals
Without Purchasing Hardware And Related Tdp Software. Therefore,
Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item
Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number,
Invitation For Bid Number Or Another Number For Tracking And
Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The
Individual Who Prepared The Dd Form 1423 And Included The
Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content
And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If
The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual
Technical Manual Contract Requirements Number. In The Event
The Dd Form 1423 Is Requiring A Technical Manual The Numbered
Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement
Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval,
Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And
Acceptance Of The Deliverable Item. The Definition Of The
Codes Is As Follows:
Dd Form 250 Code Inspection Acceptance
Ss (1) (2)
Dd (3) (4)
Sd (1) (4)
Ds (3) (5)
Lt (6) (7)
No (8) (8)
Xx (9) (9)
(1) Inspection At Source.
(2) Acceptance At Source.
(3) No Inspection Performed At Source. Final Inspection
Performance At Destination.
(4) Acceptance At Destination.
(5) Acceptance At Source. Acceptance Based On Written
Approval From The Contract Officer.
(6) Letter Of Transmittal Only. Lt Should Not Be Used When
Inspection Is Required. The Data Is Sent By The
Contractor Directly To The Personnel Listed In Block 14
Of The Dd Form 1423. Lt Is Used When The Contracting
Agency Does Not Desire To Have A Dd Form 250 For Each
And Every Piece Of Data Developed By The Contractor.
The Only Other Authorized Use Of Lt Is The Special
Case Where The Contracting Agency Does Not Desire To
Have Separate Dd Forms 250 But Desires To Have A
Government Quality Assurance Representative Perform
Inspection. The Government Quality Assurance
Representative Shall Be Listed On The Distribution
In Block 14 And Requested To Provide Comments Via
The Quality Assurance Letter Of Inspection.
Use Of The Symbol Lt Is Not Authorized For Data Comprising
Final Delivery Of Technical Data Package Of For Technical
Manuals. (lt May, However, Be Used For Delivery Of
Preliminary Tdp's Or Tm's).
(7) As Specified In Block 8 Of The Dd Form 1423.
(8) No Inspection Or Acceptance Required. No Dd Form 250 Or
Letter Of Transmittal Required.
Use Of The Symbol No Is Not Authorized For Data Comprising
Technical Data Packages Or For Technical Manuals.
(9) Inspection And Acceptance Requirements Specified Elsewhere
In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring
Specific Advanced Written Approval Prior To Distribution Of
The Final Data Item Will Be Identified By Placing An "a"
In This Field. This Data Item Requires Submission Of A
Preliminary Draft Prior To Publication Of A Final Document.
When A Preliminary Draft Is Required, Block 16 Of The Dd
Form 1423 Will Show Length Of Time Required For Government
Approval/disapproval And Subsequent Turn-around Time For The
Contractor To Resubmit The Data After Government
Approval/disapproval Has Been Issued. Block 16 Will Also
Indicate The Extent Of The Approval Requirements, E.g.,
Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The
Government Can Circulate The Deliverable Item. The Definition
Of Codes A, B, C, D, E, Or F Is As Follows:
A. Distribution Of The Item Is Unrestricted.
B. Distribution Of The Item Is Limited To Agencies Only.
C. Distribution Of The Item Is Limited To Contractors With
A Cage Code And Have A Dd Form 2345 On File With The
Dla Logistics Information Services (dlis) Battle Creek,
Mich. Or Government Activities.
D. Distribution Of The Item Is Limited To Dod Activities
And Dod Contractors Only.
E. Distribution Of The Item Is Limited To Dod Components
Only.
F. Distribution Of The Item Is Restricted From Foreign
Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To
Be Delivered To The Government. The Abbreviations And
Their Meaning.
Annly Annually
Asgen As Generated
Asreq As Required
Bi-mo Every Two Months
Bi-we Every Two Weeks
Daily Daily
Dfdel Deferred Delivery
Mthly Monthly
One/r One Time With Revisions
Qrtly Quarterly
Semia Every Six Months
Wekly Weekly
Xtime Number Of Times To Be Submitted
(1time, 2times...9times)
Use Of These Codes Requires Further Explanation In Block 16
To Provide The Contractor With Guidance Necessary To Accurately
Price The Deliverable Data Item.
Other Abbreviations Not Appearing On The Above List May On
Occasion Be Used In Block 10 Of The Dd Form 1423. When Other
Abbreviations Are Used They Will Be Fully Explained In Block 16
Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day
Format, The Deliverable Item Is To Be Received By The
Requiring Office Cited In Block 6 Of The Dd Form 1423
For An Item With A Block 10 Entry Indication A Single
Delivery. If The Item Is To Be Submitted Multiple
Times, The Number Stated Is The Number Of Calendar Days
After The Frequency Cited In Block 10 The Item Is To Be
Received By The Requiring Office Cited In Block 6 Of The
Dd Form 1423. On Occasion The Deliverable Item Will Be
Required To Be Submitted Prior To The End Of The Frequency
Cited In Block 6. In That Event The Requirement Will Be
Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To
The Requiring Office (block 4) Expressed In
Year/month/day Format. The Abbreviations And Their
Meaning Are As Follows:
Asgen As Generated
Asreq As Required
Dac Days After Contract Date
Dfdel Deferred Delivery
Eoc End Of Contract
Eom End Of Month
Eoq End Of Quarter
Specific Instructions For These Requirements Will Be Provided In
Block 16. If The Deliverable Item Is Constrained By A Specific
Event Or Milestone The Constraint Will Be Fully Explained In Block 16
Of The Dd Form 1423. "as Generated", "as Required", And "deferred
Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After
The Initial Submission. Subsequent Submission Is Only Used To
Indicate The Specific Time Period. The Data Is Required When
Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is
Required. This Does Not Apply To Resubmission Of A Deliverable
Item That Has Been Reviewed By The Requiring Office And Determined
To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To
Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full
Name, Address (including Code) Will Be Specified. That Specific
Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To
Be Submitted. When Final "repro" Copies Are To Be Submitted
Block 16 Will Clarify The Type Of Repro Copies Required.
(e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required
By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information
Blocks 1 Through 15. This Block Is Also The Only Area Used To
Tailor The Document Listed In Block 4. Only Deletions To The
Minimum Requirements Stated In The Document In Block 4 Are
Allowed. Block 16 May Also Be Used To Specify The Medium For
Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The
Appropriate Price Group. The Price Groups Are Defined As Follows:
A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This
Type Of Data To Perform The Rest Of The Contract. Price
Would Be Based On Identifiable Direct Costs, Overhead, General
And Administrative (g&a) And Profit.
B. Group Ii - Data Essential To Contract Performance Which Must Be
Reworked Or Amended To Conform To Government Requirements.
The Price For Data In This Group Would Be Based On The Direct
Cost To Convert The Original Data To Meet Government Needs And
To Deliver It, Plus Allocable Overhead, G&a And Profit.
C. Group Iii - Data Which The Contractor Must Develop For His Own
Use And Which Requires No Substantial Change To Conform To
Government Requirements Regarding Depth Of Content, Format,
Frequency Of Submittal, Preparation, And Quality Of Data. Only
The Costs Of Reproducing, Handling And Delivery, Plus Overhead,
G&a And Profit, Are Considered In Pricing Data In This Group.
D. Group Iv - Data Which The Contractor Has Developed As Part
Of His Commercial Business. Not Much Of This Data Is Required
And The Cost Is Insignificant. The Item Should Normally
Be Coded "no Charge." An Example Is A Brochure Or Brief Manual
Developed For Commercial Application Which Will Be Acquired
In Small Quantities, And The Added Cost Is Too Small To Justify
The Expense Of Computing The Charge That Otherwise Would Go
With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total
Price Which Is Estimated To Be Attributable To The Production
Or Development For The Government Of That Item Of Data. The
Entry "n/c" For "no Charge" Is Acceptable.
date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Mod Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Description: Supply Chain Notice: Deop Imjin Barracks – 439093.01 Fire Stopping
Closing Date30 Aug 2025
Tender AmountRefer Documents
Western Railway Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap Junk Ferrous Such As M.s. Patra, Sheet, G I Sheet, Boxes, Panels, Pipe, Binding Wire And Strips, Barrel With Or Without Clinged With Coaltar, Barrel With Or Without Dry Paint, Rusty Bucket, Rusty Drum, Packing Plate, Filter, Pu Rack, Rake Ballast, Tubelight Fitting, Binding Wire, Strip, Gi Boom, Pan, Trunk, Spray Bottle, Seeve, Lamp, Door, Window, Gril, Jali, Various Type Of Wire, Transformer Body, Pole, Tub, Ectangle Bar, Tub, Frame, Tray, Cooler Body, Filter, Tank, Shutter Accessories, Stand, Table, Fan Body, Boom, Boring, Ghamela, Fire Extinguisher Body, Bicycle Chasis, Cage And Cover Fan Body Odd Size Small M.s. Pices G.i.sheet, Display Board, Fins, Wire, Barrel Grease And Oil, Panel Box, Electric Panel Board, Signalling Boom And Other Rusted Misc Ferrous Items Such As:- Angle, Channel, Structure, Pick Axe, Powrah, Boggie Window, Signaling Lights, Packing Strip, Packing Wire, Fiber, Ms Jali, Air Duct, All Type Of Filter, Etc. With Or Without Minor Non Ferrous Attachment Old Used And U.s.
Closing Soon21 Feb 2025
Tender AmountRefer Documents
Home Office Tender
Software and IT Solutions
United Kingdom
Description: Fire And Rescue Services Data Platform Pin Notice
Closing Date20 Dec 2025
Tender AmountGBP 3.2 Million (USD 4 Million)
5731-5740 of 7247 active Tenders