Fire Tenders
Fire Tenders
DEPT OF THE NAVY USA Tender
United States
Closing Date13 Jul 2027
Tender AmountRefer Documents
Description: Naval Surface Warfare Center Indian Head Division (nswc Ihd), Located In Indian Head, Maryland, Is Interested In Establishing Blanket Purchase Agreements (bpas) With Companies That Provide Standard Commercial Supplies And Services At Competitive Prices In Classification: bpa Categories Naics Psc remediation Services 562910 hand Tools nbsp;332216 5120 hvac nbsp;326191 4120 x-ray Film 325992 6525 cylinder Gas nbsp;325199 6830 safety Coveralls 315990 8415 containers 321920 8145 electrical/electronic 335999 5999 telecom 334290 court Reporter/arbitrator 541199 nbsp; r606 *patent Services nbsp;541430 R498 *education 611710 u099 *fire Protection 922160 chemicals 325998 facilities Support Service 561210 *patent Services Will Have Subcategories Which Are The Following But Not Limited To: it electrical/electronic mechanical *education Will Have Subcategories Which Are The Following But Not Limited To: leadership employee safety fire Protection Will Have Subcategories Which Are The Following But Not Limited To: sprinkler System fire Alarm/panels bpa Calls Will Not Exceed The Simplified Acquisition Threshold And Offerors Will Compete At The Call Level. interested Companies Must (have/include): documentation Addressing The Capabilities And Bpa Categories Interested In Participating. complete And Return The Price List (attach Your Price List If Applicable). cover Sheet With The Official Company Name, Cage Code, And Point Of Contact Including Name, Phone Number, And Email Address. an Active Account In The Procurement Integrated Enterprise Environment (piee Formerly Wawf) At Https://wawf.eb.mil To Enter Invoices And Receiving Reports, Or Credit Card As A Method Of Payment. an Active Account In System For Award Management (sam Https://www.sam.gov/sam/). itar Certification- Procurements Under These Bpa Masters Include Unclassified Controlled Technical Information Assigned A Restricted Distribution Statement Which Is Export Controlled. To Receive This Unclassified Controlled Technical Information, An Offeror Must Be Currently Certified Through The United States/canada Joint Certification Program. To Become Certified For Receipt Of The Technical Documents, A U.s Offeror Must Submit A Completed Dd Form 2345 To The U.s./canada Joint Certification Office. Canadian Offerors May Submit Either A Completed Dd Form 2345 Or Dss-mas 9379 For Certification. In Addition, A Copy Of The Company's State/provincial Business License, Incorporation Certificate, Sales Tax Identification Form Or Other Documentation Which Verifies The Legitimacy Of The Company Must Accompany All Dd Form 2345s. Additional Information On The Joint Certification Program And A Checklist For Completion Of The Dd Form 2345 Is Available At The Following Website: Http://www.dla.mil/hq/informationoperations/offers/products/logisticsapplications/jcp important Notes: *this Is A Small Business Set-aside However, Large Businesses Will Be Considered For Other Opportunities. If You Possess A Gsa Contract Please Note Your Gsa Contract Number In Your Response. Team Arrangements Are Encouraged. *vendors Who Are Found To Have Technical Merit Will Be Issued A Master Bpa To Be Able To Bid On Future Requirements. *items On The Price List Include Drawing Numbers. Please Provide Your Best Estimate Based On Your Work History. Catalog Prices Can Be Provided As They May Help With Direct Award Under The 10k Threshold. *the Government Reserves The Right To Consider Past Performance Information Available From Other Sources, Including, But Not Limited To, Information In The Contractor Performance Assessment Reporting System (cpars), The Past Performance Information Retrieval System (ppirs Https://www.ppirs.gov), And The Federal Awardee Performance And Integrity Information System (fapiis). the Points Of Contact For This Request Are: dr. David Greaves, At David.greaves@navy.mil michelle Reeves, At Michelle.y.reeves.civ@us.navy.mil marlene Ridgell, At Marlene.l.ridgell.civ@us.navy.mil sarah Hayden, At Sarah.n.hayden3.civ@us.navy.mil jodi Fields, At Jodi.l.fields.civ@us.navy.mil angela Tejeda, At Angela.y.tejeda.civ@us.navy.mil
Co Operative Housing Ireland Tender
Real Estate Service
Ireland
Closing Date17 Jun 2032
Tender AmountEUR 11.6 Million (USD 12.1 Million)
Details: Cooperative Housing Ireland Is Seeking Professional Services For A Multiyear Framework To Manage Replacement Programmes For Building Components On Chi Property Stock. Typical Examples Of Scheduled Capital Investment Programmes For Component Replacement Over The Next Ten Years Include: Windows And Doors, Roof Coverings, Kitchens, Bathrooms, Boilers (oil And Gas), Facia, Soffits And Rainwater Goods, Lifts, Fire Alarms And Life Safety Systems. Per Mini-competition, Winning Tenderers Will Be Responsible For Development Of Scope Of Works And Tender Package, Survey Of Existing Components And Development Of Schedules, Redesign Of Component To Meet Current Building Regulations Or To Ensure Continued Compliance With Relevant Legislation, Coordination, Lodgment Of The Tender Package Through E-tenders, Meat Assessment Of Tender Submissions In Collaboration With Chi, Certification For Payment, Assuming The Role Of Project Supervisor Design Process, Monitoring Of Works As They Progress Through Periodic Inspections And Photographic Record Keeping And Snagging Of Works.. The Procurement Is Related To A Project And/or Programme Financed By European Union Funds: No
Land Nieder sterreich, p A Amt der N Landesregierung, Abteilung Feuerwehr und Zivilschutz Tender
Austria
Closing Date1 Jun 2026
Tender AmountRefer Documents
Details: Dynamic purchasing system: dynamic procurement system flight services for forest firefighting
Dynamic procurement system (dbs) for the procurement of flight services for fighting forest fires in lower austriasee point 1.3.1 chapter a rules of proceduresee point 1.3.1 chapter a rules of procedure
DEPT OF THE ARMY USA Tender
United States
Closing Date13 May 2025
Tender AmountRefer Documents
Details: The United States Army Corps Of Engineers (usace), Transatlantic Middle East District (tam), Is Releasing The Following Presolicitation Notice For The Purpose Of Making Notification To The Public And To Solicit Responses For The Prequalification Of Sources. While All Attempts Have Been Made To Ensure The Accuracy Of The Information Presented Below, The Government Does Not Guarantee Its Accuracy, And Prior To Award, Reserves The Right To Make Any Changes To The Project As Deemed Necessary. this Notice Is For Construction Of The Fleet Maintenance Facility & Tactical Operations Center (p992) Project At Shaikh Isa Air Base In The Kingdom Of Bahrain. The P992 Project Is A Programmed Military Construction (milcon) Project. project Scope: The P992 Project Will Construct A Two-story, Steel-frame Fleet Maintenance Facility (fmf) Using Pre-engineered Metal Building (pemb) On A Concrete Slab Foundation And Structural Floor, Insulated Metal Roof Panels On Steel Purlins, Interior Prefabricated Metal Module Units, And Exterior Rf Shielding Membrane. The Facility Will Include Maintenance And Repair Areas, Personnel Support Areas And Storage. Its Function Is To Support Associated Asset Of P-8a Aircraft Housed In The Adjacent P-8a Hangar. Project Also Constructs A Single-story Tactical Operations Center (toc); The Facility Will Be Composed Of Pemb On A Concrete Slab Foundation. The Facility Will Include Administrative And Operational Areas. The Facility Will Consolidate Requirements Currently Housed In Multiple Relocatable Facilities As Well As Provide Operational Support To The P-8a Aircraft. this Project Alters Building #5070 (133.78 M2). Alterations Will Involve Minor Repair To No More Than 30% Of The Existing Gypsum Board Walls/ceilings And Painting Of All The Existing Gypsum Board Wall/ceiling Surfaces. information Systems Include Basic Telephone And Secure Telephone, Secure Computer Network, Fiber Optics, Cable Television, Security (ids/ess) And Fire Alarm Systems And Infrastructure. this Project Will Provide Anti-terrorism/force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Dod Minimum Anti- Terrorism Standards For Buildings. User Generated Unit Costs Were Used Were Used For This Project And Include The Cost Of Features To Meet The Minimum Dod At/fp Standards. built-in Equipment Includes 60 Hz And 400 Hz Power Converters And Systems, Power Filters, Emergency Back-up Power Generator At The Toc, Three Oversize Access Doors, Acu-902 Pod Cooler, Storage Rack Shelving And Raised Access Flooring. pavement Facilities Include Pads For Generators, Hvac Equipment And A Concrete Airfield Access Ramp Extension. Paving And Site Improvements Include Grading, Asphalt Road Repair, Security Fencing, Entry Control Points, And Concrete Paver Installation. site Preparation Includes Site Clearing Of Existing Structures, Underground Utility Relocations And Preparation For Construction. electric Utilities Include Site Lighting, Prime-rated Generators, Underground Electric Distribution Systems, Antenna Infrastructure, Telecommunications Infrastructure, Antenna Cable, And Relocation Of Existing Underground Electrical And Telecommunications Systems. Mechanical Utilities Include Storm Water Lines And Fire Water Supply Lines. The Project Includes Force Protection Barriers. this Project Contains A Secure Hotel Component And Will Require A U.s. Contractor With A Defense Counterintelligence And Security Agency Issued Active Facilities Clearance Listing (fcl) At The Secret Level Or Higher. magnitude Of Construction: The Magnitude Of Construction For This Project Is Estimated To Be Between $10,000,000.00 And $25,000,000.00. period Of Performance: The Estimated Overall Period Of Performance (pop) Is Five Hundred Ninety-nine (599) Calendar Days From Notice To Proceed (ntp) For The Entire Scope Of Work. location Of The Work: The Location Of The Project Is Shaikh Isa Air Base In The Kingdom Of Bahrain. tentative Milestone Dates: The Design-bid-build (d-b-b) Solicitation Is Scheduled For Release In May Of 2022. Offeror’s Proposals May Be Due 30 Days Following Release Of The Solicitation And Contract Award Is Estimated To Be In August Of 2022. project Classification: The Project Is Classified Through The North American Industry Classification System (naics) Under Code 236220 Commercial And Institutional Building Construction With A Small Business Size Of $39.5 Million. However, As This Requirement Will Be Performed Oconus, Small Business Set Asides Will Not Be Used. This Solicitation Will Be Advertised As A Full And Open Requirement Using Prequalification Of Sources. solicitation Documents: Solicitation Documents Will Only Be Provided To Offerors Who Have Responded To This Notice And Have Been Determined To Be Qualified In Accordance With This Notice. To Be Qualified, Interested Firms Must Have An Active Registration In Sam.gov And Possess A Facility Clearance Level (fcl) Of Secret Or Higher, Issued In Accordance With The National Industrial Security Program Operating Manual (nispom), Dod 5220.22-m By The Closing Of This Posting. If The Interested Firm Is A Joint Venture (jv), All Members Of The Jv And The Jv Itself Must Possess A Secret Fcl Or Higher At The Date And Time Of The Close Of This Posting. Any Interested Firm Must Provide A Response To This Pre-solicitation Notice Identifying Its Name, Physical Address, Email Address, And Commercial And Government Entity (cage) Code. A Copy Of The Offerors Fcl Must Be Provided. interested Offerors Are Required To Sign And Return The Attached Controlled Unclassified Non-disclosure Agreement (nda). Upon Government Receipt Of A Signed Nda And Verification Of A Firm's Sam Registration, Cage Code And Fcl, Specifications/drawings And Other Related Project Documents Will Be Released To Eligible Offerors By Secure Document Transfer Method, Such As Dod Safe Site. Paper Copies Of The Solicitation Will Not Be Issued, And Solicitation Documents Will Not Be Posted Publicly. 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. the Request For Proposal Will Only Be Released To Offerors Who Have Met The Prequalification Of Sources Requirment. interested Offerors Are Required To Respond To This Notice By Submitting A Copy Of Their Active Fcl And Nda Documents And Emailing Them To Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil No Later Than 13 May, 2022 By 4:00 Pm Eastern Daylight Time. be Advised That This Is A Presolicitation Notice Only And Is Not A Solicitation. This Notice Does Not Restrict The Government From Utilizing A Different Acquisition Approach Or Making Any Changes To The Project Scope Or Terms, Or To Award Some, All, Or No Resultant Contracts. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. If You Have Any Questions, Please Email Both Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil.
6511-6520 of 6593 active Tenders