Furniture Tenders
Furniture Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Veterans Affairs (va) Currently Occupies Medical Space In A Building Under A Lease In Redding, California That Will Expire On 2/29/2028.
va Is Considering Alternative Space If Economically Advantageous, Otherwise The Government Intends To Continue Occupancy And Pursue A Sole Source Acquisition In Accordance With The Authority Outlined In General Services Administration Acquisition Manual (gsam) 570.402 Succeeding Leases.
in Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, And Replication Of Tenant Improvements, Telecommunication Infrastructure, Equipment, And Furniture Costs.
va Requires Contiguous Medical Office Space Yielding Approximately 9,999 Ansi/boma Office Area And 60 Adjacent Parking Spaces. The Rentable Space Must Not Exceed 12,851 Rentable Square Feet (rsf).
please Send Expressions Of Interests By E-mail Only No Later Than February 21, 2025 By 3:30 Pm Pst To The Attention Of: Jessica Nonaka, Lease Contract Specialist, Jessica.nonaka@va.gov And Melinda Thome, Lease Contracting Officer, Melinda.thome@va.gov. Responses After This Date Will Not Be Considered.
alternative Space Being Offered Must Meet The Following Criteria:
20-year Lease Term (15 Years Fixed And 5 Years Non-fixed) With Termination Rights.
contiguous Medical Office Space [on The Same Floor] Yielding Approximately 9,999 Ansi/boma Office Area.
rentable Space Must Not Exceed 12,851 Rsf.
on-site Parking For A Minimum Of 60 Standard Sized Automobiles Within 200 Feet Of The Building S Front Entrance. Structured Parking Under The Space Is Not Permissible.
first Floor, Existing Single Tenant Building That Has Undergone, Or Will Complete By Occupancy, Modernization, Or Adaptive Reuse For The Space With Modern Conveniences.
approximately Within .3 Walkable Miles Of Public Transportation Of The Building S Front Entrance.
amenities (restaurants, Shopping Etc.) Within .5 Miles Of The Space.
storefront Must Be Situated On Or Within The Delineated Boundaries Described Below:
north: Ca-44/ca-299
south: S Bonnyview Rd/churn Crk Rd/rancho Rd
east: Shasta View Dr
west: Buenaventura Blvd/ca-273
traffic Flow To Site Shall Not Interfere With Ingress/egress Accessible By A Public Right-of-way.
occupancy By 3/1/2028.
not Within The Fema 100-year Flood Plain.
not A Sublease.
not Located Within .25 Miles Of Properties With Incompatible Uses E.g., Liquor Establishments, Substance Abuse Treatment Centers, Correctional Institutions, Discharging Of Firearms, Railroad Tracks, Within Flight Paths, Industrial Areas, Agricultural Areas That Are Within Proximity To Fields Where Chemical Insecticides/herbicides Are Sprayed, Residential Hotel Or Motel, Marijuana Dispensary, Illegal Activities Occur E.g., Illegal Drug Sales, Prostitution, Loitering As Determined By Va. Restaurants, Bar/grill Dinning Are Acceptable.
spaces With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage Will Not Be Considered.
offered Space Must Meet Federal And Local Government Requirements For Fire Protection And Life Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Request For Proposals If One Is Issued.
expressions Of Interest Shall Provide The Following Information For The Proposed Space Being Offered:
address Of Space With A Map Showing Property Within The Delineated Area.
evidence Of Ownership: Name, Phone Number, Email Of Owner, And Deed Or Most Recent Property Tax Bill Or An Agreement Signed By The Owner Authorizing A Representative To Submit An Interest On The Owner S Behalf And Deed Or Most Recent Property Tax Bill.
amount Of Ansi/boma Office Area (aboa) Square Feet (sf) To Be Offered.
amount Of Rentable Square Feet (rsf) To Be Offered.
annual Rental Rate Per Rsf Per Year For The Following Rent Components.
base Rent:
property Taxes:
building Insurance:
common Area Maintenance:
operating Expenses:
state What Opex Includes And Respective Cost For Each Element.
amount Of Parking Available On-site.
floor Plan, Aboa, And Rsf.
site Plan Depicting The Property Boundaries, Building, And Parking.
city Zoning Map Of Space Showing That The Space Is Zoned For Medical Use.
narrative With Map Describing The Space S Proximity To Public Transportation.
description Of Ingress/egress To The Building From A Public Right-of-way And Accessibility To Major Roads Or Highways.
statement Of Interested Party S Ability To Meet All The Governments Requirements Identified In This Notice.
fema Map Showing Property Outside The 100-year Flood Plain.
date Of Space Availability.
note:
this Notice Is Not A Request For Lease Proposals (rlp), Nor Is It A Solicitation For Offers (sfo). The Purpose Of This Notice Is To Identify Potentially Suitable Alternative Space. Va's Decision Regarding Whether To Relocate Will Be Based, In Part, On Information Received In Response To This Notice. Va Will Not Reimburse Costs Incurred In Response To This Notice.
the Government Is Limited By Law (41 C.f.r. §102-73.55) To Pay No More Than The Appraised Fair Rental Value For Space.
Closing Date21 Feb 2025
Tender AmountRefer Documents
Province Of Cavite Tender
Chemical Products
Philippines
Details: Description 56 Can Air Freshener California Scents Organic Can * Unit Cost: 280.00 86 Bot Air Freshener Glade 320ml Spray * Unit Cost: 255.00 6 Can Air Freshener Shaldan Can * Unit Cost: 348.00 8 Bar Alcohol 1gal Isopropyl 70% Unit Cost: 638.00 152 Bot Alcohol 250ml Ethyl 70% Unit Cost: 62.00 130 Bot Alcohol Green Cross 250ml Isopropyl 70%* Unit Cost: 58.00 2 Bot All-purpose Cleaner Domex 500ml* Unit Cost: 118.00 8 Bot All-purpose Cleaner Mr. Muscle 500ml * Unit Cost: 94.00 24 Bar Bath Soap Safeguard 85g * Unit Cost: 43.00 43 Bot Bleach Zonrox 1l * Unit Cost: 49.00 38 Bot Bleach Zonrox 1l For Colored Fabric* Unit Cost: 84.00 2 Pc Bowl Brush & Cuddy Regular * Unit Cost: 92.00 1 Pc Broom Plastic Unit Cost: 45.00 2 Pc Broom Plastic Ceiling Unit Cost: 186.00 18 Pc Broom Soft Unit Cost: 197.00 2 Pc Broom Stick Unit Cost: 43.00 2 Pc Brush Plastic Ordinary Unit Cost: 44.00 32 Pc Cleanser Zim 350g * Unit Cost: 58.00 4 Bot Clogged-off Liquid Sosa 500ml * Unit Cost: 128.00 84 Pc Deodorant Cake Albatross 50g * Unit Cost: 39.00 6 Bar Detergent Bar Tide 475g * Unit Cost: 45.00 4 Pack Detergent Powder Champion 2kg * Unit Cost: 223.00 8 Pack Detergent Powder Tide 475g. * Unit Cost: 45.00 22 Pack Detergent Powder Tide 650g* Unit Cost: 139.00 132 Bot Dishwashing Liquid Joy 250ml * Unit Cost: 95.00 8 Can Dishwashing Paste Axion 350g * Unit Cost: 77.00 152 Bot Disinfectant Spray Lysol 170ml * Unit Cost: 273.00 63 Pc Doormat 13" X 22" Cloth Unit Cost: 70.00 1 Pc Doormat 20" X 30" Rubberized (welcome) Unit Cost: 126.00 4 Pc Dustpan Big Plastic Unit Cost: 86.00 14 Pack Fabric Conditioner Downy Passion 6's 25ml * Unit Cost: 51.00 4 Pack Fabric Conditioner Downy Passion 690ml. * Unit Cost: 184.00 227 Box Facial Tissue Kleenex 190 Pulls 2ply * Unit Cost: 129.00 80 Can Furniture Cleaner Pledge 330ml Lemon * Unit Cost: 428.00 34 Bot Glass Cleaner Zim 500ml W/ Trigger * Unit Cost: 208.00 2 Pair Gloves Rubber Scotch Brite Yellow Medium * Unit Cost: 188.00 8 Pc Hand Sanitizer Hygienix 100ml * Unit Cost: 141.00 92 Bot Insect Spray Baygon 500ml* Unit Cost: 301.00 65 Bot Liquid Hand Soap Watson 500ml * Unit Cost: 98.00 1 Pc Mop Refill Wonder Mop * Unit Cost: 116.00 2 Bot Muriatic Acid 500ml Unit Cost: 72.00 2 Pc Nail Cutter Big Heavy Duty Unit Cost: 46.00 3 Pc Plate Round 10" Big Plastic Unit Cost: 23.00 2 Pc Push Brush W/ Long Handle Unit Cost: 186.00 204 Set Rags 10's Round Cotton Unit Cost: 25.00 140 Pc Sack (new) Unit Cost: 17.00 28 Pc Scouring Pad Scotch Brite Regular* Unit Cost: 40.00 15 Pack Scrub Sponge Cleaning Pad 3's (medium) Zim* Unit Cost: 90.00 4 Bar Sulfur Soap 135g Unit Cost: 64.00 6 Pc Super Absorbent Car Wipe 3m * Unit Cost: 406.00 12 Bot Toilet Bowl Cleaner Toilet Duck 750ml Unit Cost: 180.00 953 Roll Toilet Tissue Joy 98mm X 100m 2ply * Unit Cost: 14.00 99 Pack Waste Bag 10's Large 13x13x32 Biodegradable Unit Cost: 70.00 63 Pack Waste Bag 10's X-large 15x15x37 Biodegradable Unit Cost: 107.00 32 Pack Waste Bag 10's Extra Large 18.5x18.5x40 Unit Cost: 148.00 *or Its Equivalent Terms Of Delivery: Delivery Of 50% Of The Items Is Required Within Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed, And Full Delivery Of Remaining Items Shall Be On July 7, 2025.
Closing Date28 Feb 2025
Tender AmountPHP 298.1 K (USD 5.1 K)
FOOD AND DRUG ADMINISTRATION USA Tender
Others
United States
Details: Purpose
this Sources Sought Notice (ssn) Is For Market Research, Information, And Planning Purposesonly. This Ssn Does Not In Any Way Constitute A Request For Quotation Or Request For Proposal And As Such, Shall Not Be Construed As A Commitment By The Government (implied Or Otherwise) To Issue A Solicitation Or Ultimately Award A Contract.
this Announcement Is Specifically Targeted To A) Identify Qualified Certified 8(a) Small Business Firms Capable Of Providing The Required Tasks And Services As Detailed In The Attached Statement Of Work Under An Indefinite Delivery Indefinite Quantity (idiq) Contract With Task Orders Inclusive Of Firm Fixed Price, Time And Materials, Labor Hour, Or A Combination Thereof. Complete And Detailed Responses From All Interested Parties Are Appreciated And Will Be Accepted.
requirement
the Office Of Facilities Engineering And Mission Support Services, Division Of Operations Management And Community Relations, Logistics And Transportation Management Branch Has An Ongoing Requirement To Provide Move And Labor Services For A Variety Of Move And Labor Activities. Specifically, The Government Requires Move And Labor Services For Specialized Laboratory, Vivarium (animal Facility) And Information Technology Spaces, As Well Moving Services For Offices, Including Labor And Equipment Services Related To Warehouse And Loading Dock Management; Material Move And Relocation; And Materials Receiving And Distribution. This May Sometimes Include Chemical, Hazardous Materials And Biologics Moving Services. Additionally, And As An Ancillary Activity To Moves, The Government Also Requires Document Destruction Services, That Are Related To Supporting A Population Of Over 14,000 Personnel.
the Primary Locations For Performance In Support Of The Resultant Contract Are In The “national Capital Region” (ncr), Which Means The Geographic Area Located Within The Boundaries Of The District Of Columbia, Montgomery And Prince Georges Counties In The State Of Maryland, Arlington, Fairfax, Loudoun, And Prince William Counties And The City Of Alexandria In The Commonwealth Of Virginia, And All Cities And Other Units Of Government Within The Geographic Areas Of Such District, Counties, And City. A List Of Potential Locations Relevant To This Contract Is Contained In Attachment 1: Ncr Metropolitan Area Site List.
the Contractor Shall Provide The Full Range Of Labor, Including All Equipment, Tools, Vehicles, Conveyances, Packing/moving Supplies, And Expendables Required To Accomplish Routine And Project-based Labor Services In Support Of 14,000 Fda Personnel In Multiple Locations. As Part Of This Support, The Contractor Shall Also Provide On-site Document Destruction Services At The Tasked Designated Locations. Services Shall Be Required On An Ongoing Basis As Set Forth In Each Task Order (to).
refer To The Attached Draft Move And Labor Recompete Statement Of Work Dated January 14, 2025 For More Specifics Regarding The Required Tasks And Services To Be Performed.
requested Information
responsive 8(a) Firms Shall Submit A Complete Response To The Below:
company Information
name, Mailing Address, Cage Code, Unique Entity Identifier (uei).
point Of Contact: Name, Email, Phone Number.
business Size And Socio-economic Status
indicate Company Size.
if Small, Specify Socio-economic Status.
naics Code
recommend Applicable Naics Codes Supporting The Sow Tasks/services.
staffing & Management Experience
describe Experience Staffing And Managing Material Handling/loading Dock Services At Federal Agencies And/or Large Companies (500+ Employees) In The Past 5 Years.
warehouse Management
what’s The Largest Warehouse Square Footage Managed, Duration, Customer Name, Contact Info, Contract Details (number, Value), And Service Description.
project Planning & Facility Moves
detail Experience Planning And Executing Small And Large Facility Moves (e.g., Disassembling/reassembling Furniture, It Equipment).
provide Annual Move Count, If Applicable.
government Office/material Moves
experience With Government Office/material Moves (federal/state/local).
provide Project Move Details: Customer Name, Contact Info, Contract Details (number, Value), And Description.
document Destruction Services
experience Performing Document Destruction For Federal Agencies Or Large Companies, Including Frequency And Customer Details.
state Industry Certifications (if Any): Provider, Date, And Certification Details.
sow Questions
provide Questions You Have Regarding The Statement Of Work And/or Areas For Clarification.
disclaimer
the Government Will Not Reimburse Respondents For Any Costs Associated With Information Submitted In Response To The Ssn. Responders Are Solely Responsible For All Expenses Associated With Responding To This Ssn.
responses To This Ssn Are Not Offers And Cannot Be Accepted By The Government For The Basis Of Forming A Binding Contract. This Ssn Is Being Issued Solely For The Purpose Of Gathering Information For Planning Purposes. This Ssn Does Not Commit The Government To A Contract For Any Supply Or Service. Furthermore, The Government Is Not At This Time Seeking Quotes And Will Not Accept Unsolicited Quotes.
respondents To This Ssn May Be Requested To Provide Additional Information/details Based On Their Initial Submittals. The Government Reserves The Right To Select, One (1), Some, Or None Of The Submissions For Further Information. Vendors Who Submit Information In Response To This Ssn Do So With The Understanding That U.s. Government Personnel May Review Their Materials And Or Data.
response Deadline
responses Must Be Submitted In Writing By E-mail To Contracting Officer, Sheneil Green, At Sheneil.green@fda.hhs.gov, No Later Than January 23, 2025, 2024, 12:00 Pm Et. Questions Regarding This Ssn Must Be Submitted Via Email As Telephone Inquiries Willnotbe Addressed And Shallnotcontain Proprietary Or Classified Information.
Closing Date23 Jan 2025
Tender AmountRefer Documents
Department Of Agrarian Reform - DAR Tender
Chemical Products
Philippines
Details: Description Procurement Of One(1) Lot Of Purified Drinking Water Covering The Period From February To December 2025 1. Purified Drinking Water (5gal/cont) Pcs 2200 Delivery 50 Containers Per Week Covering The Period From February To December 2025 *******************nothing Follows******************* A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date3 Feb 2025
Tender AmountPHP 77 K (USD 1.3 K)
Pasig City Tender
Furnitures and Fixtures
Philippines
Details: Description Barangay Kapitolyo, Pasig City, Through The Bids And Awards Committee, Intends To Acquire Office Furniture Under Project Title Procurement Of Food Supplies For Various Meetings And Events With An Approved Budget For The Contract (abc) Of P200,000.00, In Accordance With Section 10 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 With Purchase Request No. Pbt2025-04 To Be Charged Through The Barangay's General Fund-mooe. Barangay Kapitolyo, Pasig City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, According To Ra No. 5183. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Bid/s Received Exceeding The Total Approved Budget For The Contract Shall Be Rejected. Delivery Term: Within 10 Days Upon Receipt Of Notice To Proceed (ntp) Payment Schedule: Within 60 Days After Delivery Completion And Acceptance Submit Your Bid (duly Signed By The Company Owner Or Its Duly Authorized Representative) Not Later Than The Closing Date Specified In The Bid Notice Abstract Posted In The Philgeps Website Along With The Following Documents: Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Philgeps Registration; ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (c) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (d) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (f) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (h) The Supplier’s Audited Financial Statement; And ⬜ (i) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (j) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). A Complete Set Of Bidding Documents May Be Acquired Starting February 20, 2025 From The Barangay Email Address Kapitolyobarangay@gmail.com And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of P500.00. The Bidder Or Authorized Representative Shall Present Its Proof Of Payment Upon Submission Of The Bid. All Documents Shall Be Submitted In A Sealed Brown Mother Envelope Addressed To The Bids And Awards Committee, Barangay Kapitolyo, Pasig City And Properly Marked With The Project Title On February 27, 2025, 8:00am At The Office Of The Barangay Secretary Within The Barangay Hall Of Kapitolyo, Pasig City. Late Bids Shall Not Be Accepted. The Bac Will Open Immediately The Submitted Bids After The Closing Time And Date. Barangay Kapitolyo Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before Contract Award Under Section 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s.
Closing Date27 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo.
the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard).
it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration.
the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo
the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease.
the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought.
the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site.
1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code.
2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful.
3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted.
4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations.
5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration.
6. Are You Able To Customize The Space To Meet Mission Requirements To Include:
electronic Security Systems, Intrusion Detection, Cctv Yes___ No___
soundproof Space Yes___ No___
increased Ventilation Yes___ No___
telecommunication Rooms Yes___ No___
chemical Storage Yes___ No___
emergency Eye Wash Stations Yes___ No___
patient Exam Rooms Yes___ No___
overhead Rolling Doors Yes___ No___
would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________
the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid.
what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility?
_________________________________________________________________________
what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators?
__________________________________________________________________________
will A Sub-contractor Be Used? Yes___ No___
if So, What Disciplines Will Require A Sub-contractor?
please Provide Facility Pricing Schedules And Lease / Buy Options.
please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To:
scott Morrison At Scott.morrison@usace.army.mil
ines Necker At Ines.necker@usace.army.mil
jay Denker At Jay.b.denker@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Details: Description Procurement Of One(1) Lot For The Notarization Of Legal Documents Covering The Period From January To December 2025 1. Notarization Of Dar Negros Occidental 2 Legal Documents For The Month Of January To December 2025 Pcs 720 A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date20 Jan 2025
Tender AmountPHP 216 K (USD 3.6 K)
Department Of Agrarian Reform - DAR Tender
Software and IT Solutions
Philippines
Details: Description Procurement Of One(1) Of It Equipment (laptop) 1. Laptop I7, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 2. Laptop I5, 15.6” Led, 500gb Ssd, 8gb Ram, Nvidia Rtx 3050 Unit 5 3. Laptop I3, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 *****************nothing Follows*********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date20 Jan 2025
Tender AmountPHP 409 K (USD 6.9 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: Massachusetts
city: Hanover
delineated Area: Entire Town Limits Of Hanover, Ma.
minimum Sq. Ft. (aboa): 6,160
maximum Sq. Ft. (aboa): 6,809
space Type: Office
parking Spaces (total): 0
parking Spaces (surface): 0
parking Spaces (structured): 0
parking Spaces (reserved): 0
full Term: 15 Years - 180 Months
firm Term: 10 Years – 120 Months
option Term: N/a
additional Requirements:
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 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.
.agency Unique Requirements
agency Tenant Improvement Allowance:
$64.26 Per Aboa Sf
building Specific Amortized Capital (bsac):
$25.00 Per Aboa Sf
additional Requirements:
site Access Shall Be Via A Direct Route From A Primary Or Secondary Street.
traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks.
sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads.
public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays.
public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements.
there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards.
the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways.
there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As
retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles.
mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable.
sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable.
the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market.
the Site Shall Not Be Located Below Grade.
sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space.
the Space Is Required To Be Contiguous.
the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade.
the Space May Not Be More Than Twice As Long As It Is Wide.
the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space.
ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction.
sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc.
the Site Shall Have Two Lines Of Windows For Natural Lighting.
interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative.
all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date
in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission.
reference Project Number:2ma0212
please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap
expressions Of Interest Due: December 16, 2024
market Survey (estimated): Tbd
occupancy (estimated): Tbd
send Expressions Of Interest To: Clare Nawrocki
10 Causeway Street, 11th Fl., Boston, Ma 02222
617-513-1831
email Address: Clare.nawrocki@gsa.gov
government Contact Information:
lease Contracting Officer
carrie Rosenman
Closing Date31 Jan 2025
Tender AmountRefer Documents
Authorities Tender
Others
France
Details: Organization of exhibitions on the gates and in the Luxembourg Gardens in 2025 as part of the 150th anniversary of the Senate - Lot No. 4 - Assembly, disassembly, supply of outdoor exhibition furniture, printing and maintenance of the exhibition presented in the Luxembourg Gardens
Closing Date27 Jan 2025
Tender AmountRefer Documents
8341-8350 of 8477 archived Tenders