Heater Tenders

Heater Tenders

Commission On Audit Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 437.4 K (USD 7.4 K)
Details: Description Bids And Awards Committee (bac) Request For Quotation (rfq) No. 2025-007 Date: January 28, 2025 The Commission On Audit (coa) Regional Office No. Iv-b, Commonwealth Avenue, Quezon City, Through Its Bids And Awards Committee, Intends To Procure Repair And Improvement Of The Office Of The Regional Director’s Pantry And Comfort Room, Coa Region Iv-b, Coa Compound, Commonwealth Avenue, Quezon City Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Projects Are As Follows: Name Of Project/item: Repair And Improvement Of The Office Of The Regional Director’s Pantry And Comfort Room, Coa Region Iv-b, Coa Compound, Commonwealth Avenue, Quezon City Technical Specification Unit Item Description Quantity Sq.m. Painting Works (masonry Painting) 54.12 Sq.m. Painting Works (wood Painting) 11.26 Sq.m. 4.5mm Fiber Cement Board On Metal Frame Ceiling 3.32 Sq.m Glazed Tiles 24.16 Sq.m Unglazed Tiles 3.32 Sq.m Wood Panel Door 1.68 Sq.m Hollow Core Flush Door 1.47 Sq.m Aluminum Glass Window (awning Type) 0.36 Set Water Closet With Complete Accessories 1.00 Set Lavatory With Complete Accessories 1.00 Set Floor Drain Plates 1.00 Set Soap Holder 1.00 Set Toilet Tissue Holder 1.00 Set Bidet 1.00 Set Shower Head/shower Valve 1.00 Set Water Heater 1.00 Set Exhaust Fan 1.00 Lot Cabinet And Shelves 1.00 Set Aircondition (split Type) 1.00 Set Electrical Works 1.00 Lot Removal Of Structures And Obstruction 1.00 Lot Mobilization/demobilization 1.00 Approved Budget For The Contract (abc): P 437,452.43 Terms And Conditions: 1. All Entries Must Be Legibly Written. 2. Prices Offers Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 3. Total Price Quotation Shall Be Inclusive Of Taxes. 4. The Price Offered Shall Not Be Subject To Any Increase For Whatever Reason Including In Cases Of Devaluation/inflation During The Entire Duration Of The Contract. The Supplier With The Lowest Calculated Price Quotation Shall Be Notified To Submit The Following Documents (certified True Copy/authenticated Copy) Before The Issuance Of Notice Of Award: 1. Mayor’s/business Permit 2. Philgeps Registration Number 3. Notarized Omnibus Sworn Statement Submission Of Price Quotation Is Not Later Than Three (3) Calendar Days From Publication To Coa Iv-b Website (region4b.coa.gov.ph), Philgeps And In A Conspicuous Place At The Coa Regional Office No. Iv-b Premises Of This Request For Quotation, From 8:00 A.m. To 5:00 P.m. At The Administrative, Training And Finance Division, Commission On Audit, Regional Office No. Iv-b, Commonwealth Avenue, Quezon City. For Further Inquiries, Please Contact: Ms. Leodivina A. De Leon Head, Bac Secretariat Coa Regional Office No. Iv-b, Quezon City Telefax Nos. 8951-3815 Email Address: Leodivina.deleon@gmail.com Cc: Coa4b.property@gmail.com

Davao Del Norte State College Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 191.3 K (USD 3.2 K)
Details: Description Item No. Item Name Item Description Quantity Unit Measure Abc Per Item 1 Clamp Digital Clampmeter 1000 Amps True Rms Specs: 1000/600 Amps Ac/dc Current Measurement, 600 V Ac/dc Voltage Measurement, 4000 Ohms Resistance Measurement 1 Piece ₱24,165.00 2 Cutter Ppr Pipe Cutter 2 Piece ₱1,300.00 3 Cutter Glass, Diamond 1 Piece ₱2,500.00 4 Drill Electric Impact Drill Set (gsb 13 Re) 650 Watts, Heavy Duty 3 Piece ₱23,250.00 5 Flashlight Heavy Duty, Multifunction 1 Piece ₱1,800.00 6 Fusion Machine 1000w Ppr Heater, With Mould Size 20-32, Pipe Fusion Welding Machine 1 Set ₱5,000.00 7 Gauge Tool Gauge Manifold 1 Piece ₱2,215.00 8 Grasscutter 2 Unit ₱36,800.00 9 Grinder Electric Angle (dw810) 4 Dia. 710 Watts Heavy Duty" 1 Piece ₱5,750.00 10 Hedge Trimmer Cordless Electric, At Least 20v 1 Piece ₱10,000.00 11 Hot Stick Telescopic Fiberglass Electrical, (specs: Triangular Shape Rod, Length: 12 Meters Max. Extended Height, For High Voltage Line) 1 Piece ₱27,500.00 12 Jack Hydraulic Pallet Truck, 3 Ton Capacity, Hand Pallet 1 Piece ₱17,850.00 13 Ladder Aluminum, 2 X 8 Steps 1 Piece ₱5,000.00 14 Rasp Tool 8 Inches 1 Piece ₱675.00 15 Riveter Hand 2 Piece ₱3,000.00 16 Saw Jigsaw 400w, Heavy Duty 1 Set ₱3,000.00 17 Scraper Stainless Steel Scraper 1 Piece ₱250.00 18 Scraper Putty Trowel, 5 Inch Carbon Steel Blade (paleta) 1 Piece ₱420.00 19 Screw Driver Star, 30 Cm, Heavy Duty 1 Piece ₱500.00 20 Screw Driver 6-pc/set 1 Set ₱1,150.00 21 Screw Driver Flat, (30 Cm), Heavy Duty 2 Piece ₱1,000.00 22 Screw Tool Screw Extractor Remover Set (with Drill Bits Tool Kit 3-22mm Set) 1 Set ₱350.00 23 Soldering Iron Adjustable Heat Temp. Set 1 Unit ₱4,000.00 24 Staple Gun 4-8mm Stainless Steel Staple Gun Tacker Set, Heavy Duty 1 Piece ₱2,100.00 25 Steel Tape 5 Meters, Measuring Tool, Heavy Duty 1 Piece ₱1,000.00 26 Threader Ppr Pipe Threader Tool Set 1 Piece ₱2,500.00 27 Tool Belt Electrician's Padded Tool Belt/pouch 2 Piece ₱3,000.00 28 Wrench Adjustable, 12 Heavy Duty Satin Finish" 1 Piece ₱1,150.00 29 Wrench Adjustable, 6 Heavy Duty Satin Finish" 1 Copy ₱850.00 30 Wrench Adjustable, 16" 1 Piece ₱800.00 31 Wrench Open Wrench Set (size 10, 12, 14, 16, 18, 20, 22, 24) 1 Set ₱2,500.00 ---nothing Follows--- ---abc Php 191,375.00---

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Laboratory Equipment and Services
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background the National Institute Of Standards And Technology (nist), Sources And Detectors Group (https://www.nist.gov/pml/applied-physics-division/sources-and-detectors) In The Physical Measurement Laboratory Performs Precision Radiometry Across The Electromagnetic Spectrum. We Develop Novel, Built-for-purpose Detectors, Some Of Which Must Operate Under Ultra-high Vacuum (uhv) Conditions. Therefore, It Is Necessary To Assess New Detector Materials For Their Uhv Compatibility. Our Lab Seeks A Uhv Sample Bakeout Chamber That Can Be Used To Assess Material Outgassing During Heating. nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: physical Requirements: base Pressure: 1e-8 Torr partial Pressure For Masses >44 Amu: <5e-11 Torr integrated Turbo Pump System With Roughing Pump, Vent Valve, Ion Pressure Gauge, Controller And Cable, Power Supply, Gate Valve To Bakeout Chamber nitrogen Backfill Capability With Pressure Relief Valve achieve Base Pressure In 24 Hours bakeout Chamber Either 12” Cube Or 12” Diameter Sphere (minimum) With Minimum Of Six (6) Conflat Ports one (1) Conflat Viewport Minimum 600 Cf, Necessary Blank-off Flanges, Gaskets, And Hardware minimum One (1) 2-3/4” Conflat Flange one (1) Sample Holder (minimum) With Infrared Heater Able To Hold 3” Diameter (or Larger) Sample. Holder Mounted On A Cf Flange infrared Heater Able To Achieve Temperatures Of At Least 300 Degrees C. temperature Control System For Sample, Including, For Example, Temperature Controller W/software, Cables, Appropriate Electrical Feedthroughs, Temperature Sensor, Etc. wheeled Support Stand 120 V (operate From Nema 5-20r Outlet) cad Drawings Of Assembled Chamber And Stand all User Manuals For Electronics And Components how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n774.3|gys|717-605-3918|russell.w.kreider.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||to Be Determined|n00104|to Be Determined|to Be Determined|see Schedule|to Be Determined|see Schedule||to Be Determined|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| option For Increased Quantity (mar 1989)|1|365 Days After Contract Award Date | alternate A, Annual Representations And Certifications (oct 2024)|13|x||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|333414|500|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Russell.w.kreider.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting. c. This Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. d. Only A Firm-fixed (ffp), Not-to-exceed (nte), Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s). e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003 f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: 192 Days After Receipt Of Asset. Repair Turnaround Time (rtat) Definition: The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The f-condition Asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The fifth Regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In this Contract. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) Per Month Reflects No Throughput constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. h. Important Note: reconciliation Price Reduction: any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The contractor Does Not Meet The Required Rtat Due To Inexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit/per Month The Contractor Does Not Meet The Rtat: $___________, Up To A Maximum Of: $__________. (vendor Is To Fill In Amount) i. Your Quote Must Include The Following Information For Justification Purposes: - Repair Unit Price ________________ - Total Price________________ - Repair Turnaround Time (rtat) _____________ Days note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - Indicate Price Type: Firm-fixed-price _____ Not-to-exceed (ceiling Price) _____ Estimated _____ - New Unit Price_________________ - New Unit Delivery Lead Time____________ Days - T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br/ber, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. - The T&e Fee (if Asset Is Determined Br/ber) Was Determined Based On: ____________________________________________________________________ ____________________________________________________________________ - Award To Cage:________ - Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________ - Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________ - Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________ - Basis Of Quoted Pricing: ; Estimated Costs____ ; Historical Repair Pricing___ ;other ______________________________________________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________________ (min Of 90 Days Is Requested). - Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) j. Options prospective Option Quantity Up To 100% notes: the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government Requests Up To A 100% (2 Ea) Option For A Period Of 365 Days. The Option Grants The Government The Unilateral Authority To Increase this Order Up To The Above Quantity Within 365 Days Of The Contract Award Date. This Will Incorporate Far Clause 52.217-6 (option For Increased Quantity) Into The Award. The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, unless The Parties Otherwise Agree. A Modification Will Be Completed At The Time The Option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity. please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Contract. yes ____ Or No ____ or If You Request A Variation To The Option Please Let Me Know In Your Quote. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Heater,fluid,electr . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Heater,fluid,electr Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;74924 350-142167; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective 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 7 (seven) Seperate 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. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.

KIC Innoenergy SE Tender

Services
Energy, Oil and Gas...+1Environmental Service
Netherlands
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Title: Environmental Impact Assessment Study Finland For Company Builder Volaghy description: The Scope Is Related To Managing The Complete Eia (environmental Impact Assessment) Process On Behalf Of The Company Builder Volaghy. Volaghy Will Establish Several Production Facilities For The Production Of Synthetic Aviation Fuel (esaf). The Project Location Is Situated Somewhere In Finland. On High-level, The First Volaghy Site Will Have The Following Characteristics: •intake O 200 – 250 Kton/y Captured Co2 From Flue Gases O 220 – 250 Mw Of Electrical Energy O 300 – 400 Kton/y Of Water •intermediates O130 – 150 Kton/y Methanol (alternative 1) • Products O 40 – 60 Kton/y Kerosene (esaf) O 1 – 4 Kton/y Naphtha (enaphtha) O 1 – 2 Kton/y Diesel • Other Emissions O Flue Gas From Flare And Fired Heaters O Treated Wastewater •storage Facilities (capacity: Tbd) For: O Co2 O Raw Meoh O Meoh, Grade Aa O Esaf O Naphtha O Diesel •land O 10 – 20 Ha With T/kem Zoning Approved In Finland Deliverables (for One Site) 1. Eia Planning And Permitting Schedule (first Step) O A Detailed Time Plan For The Eia Process From Start To Approval, Including An Assessment Of Key Risks And Necessary Process Steps. O A Time Plan Incorporating All The Other Necessary Permits And Their Timing From Application To Approval 2.eia Programme And Report (second Step) O Alternatives ▪ 1. The Plant Is Not Built ▪ 2. Production Capacity Of 50 Kton/y ▪3. Production Capacity Of 100 Kton/y O The Work Shall Include The Compiling Of The Eia Programme And The Eia Report For The Project And Its Alternatives As Regulated In The Finnish Act On The Environmental Impact Assessment Procedure 252/2017 And The Decree Of The Government On The Environmental Impact Assessment Procedure 277/2017. O Other ▪ The Eia Shall Include The Necessary Piping Needed To Integrate Process Streams Between The Co2 Source And Our Site. This Distance Is Foreseen To Be 0 – 3 Km. ▪the Eia Shall Include The Integration Work From Our Plant To The Existing District Heating Network. The Point Of Interface Shall Be 0 – 3 Km From Our Site. Options The Following Options Shall Be Provided Within The Tender: 1.the Complete Process And Deliverables (1. And 2. In Deliverables Above) For A Second Site With The Same Characteristics 2.a Site-specific Natura Assessment (one Site) 3.air Quality Modelling (one Site) 4.noise Modelling (one Site) 5.questionnaire To Key Stakeholders (drafting, Analyzing And Summarizing The Survey) (one Site) 6.interviews With Key Stakeholders (one Site)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought/market Survey Notice Is Being Conducted By Aleda E. Lutz Va Medical Center, 1500 Weiss Street, Saginaw Mi, 48602 To Identify All Sources That Are Capable Of Providing Maintenance Service For Emergency Generator For The Period Of April 5, 2025 April 4, 2026 At The Discretion Of The Government In Strict Accordance With All Schedules, Specifications, Terms, Conditions And Provisions Of This Contract. general Information visit #1 Furnish All Tools, Labor, Materials, Parts, And Laboratory Services To Perform The Following Specified Maintenance On The Five Generators Listed At The End Of This Document: all Maintenance, Service, Operational Checks, And Parts Shall Be Performed And Supplied Per The Manufacturer S Recommendations By Manufacturer Certified Technicians. contractor Shall Provide All Fluid Analysis Reports And Within 7 10 Days After Completion Of Maintenance. contractor Performance Shall Be Monitored Through Service Reports That Shall Be Submitted After Each Repair Has Been Conducted.â  Field Service Reports Must Be Submitted Within 7-10 Days And Will Be Reviewed For Accuracy And Timely Submission. contractor Shall Perform Services Within 60 Days Of Award. maintenance Checks: radiator Core For Air Flow antifreeze Protection coolant Level coolant Inhibitor Strength (add Conditioner If Required To Update Strength) radiator Cap And Seal coolant Leaks lube Oil Level fan Belt Tension condition Of All Hoses hose Clamps condition Of Flex Fuel Lines day Tank Float Controls, Solenoid, And Main Fuel Pump Operation fuel System For Leaks cranking Voltage Drop battery Electrolyte Level battery Voltage battery Charger Rate battery Cables And Connections flex Exhaust Couplings Rain Flashing turbo Wheel For Bearing Wear terminal Strip Connections loose Relays In Control Panel jacket Water Heater Operation governor Oil Level governor Linkage remote Governor Control Operation air Gap On Generator collector Rings And Brushes oil And Dirt Buildup In Generator system For Loose Bolts, Etc. crank Termination Time engine Instruments abnormal Noise Or Vibration exhaust Characteristics Louver Operation crankcase Blow By voltage And Frequency all Switches In Correct Position drain Water And Sediment From Day Tank lubricate Generator Bearing clean Engine Crankcase Breather lubricate Fan Pulley clean Primary Filter drain Exhaust Moisture Traps inspect The Turbocharger For End Play And Leaks maintenance Services: note: All Filters Shall Be Oem change Air Cleaner Elements, Check Seals, Air Cleaner Indicators And Air Induction System take Oil Sample And Perform Infrared Analysis (performed By A Fluid Analysis Lab) take Fuel And Coolant Samples And Perform Analysis (performed By A Fluid Analysis Lab) change Lube Oil And Filters, Lube Oil Is To Be Replaced With Fully-synthetic Oil In Accordance With Manufacturers Recommendations change Fuel Filters oil, Fuel, And Coolant Samples Taken Will Be Delivered To The Testing Laboratory In A Reasonable Time As To Not Compromise The Samples. Care Will Be Taken As To Storing The Samples As Recommended By The Testing Laboratory Until They Are Delivered. operational Checks: recheck Oil Level While Running recheck All Fluid Systems For Leaks used Oil Transportation And Recycling: transportation And Recycling Of Used Oil Shall Be Performed In Accordance With Federal, State And Local Regulations Including: michigan Natural Resources And Environmental Protection Act 451, Of 1994 As Amended, Part 121 Liquid Industrial By-product. prior To Transporting Used Oil From The Property, The Transporter Must Provide A Shipping Document Describing The Materials In Accordance With Above Regulation For Certification By The Detroit Vamc Gems Program Manager Or Designee. The Contractor Shall Arrange For The Designated Recycling Facility To Notify The Cor, In Writing, That The Shipment(s) Arrived At Its Destination Within 7 Days Of The Date The Shipment Left The Facility. michigan Hazardous Material Transportation Act 138. prior To Transporting Used Oil From The Property, The Contractor Shall Provide A Copy Of The Act 138 Transporter S Permit And Registration To The Cor For The Approval Of The Gems Program Manager. During Transport, The Transporter Must Also Be Able To Produce A Copy Of The Act 138 Permit And Registration, Either Via Electronic Record Or Hard Copy, To Deq Staff Or A Peace Officer When Requested. generator #1 cummins/onan Model: Dfeb-4955010 Sn: B010204440 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #2 mtu Onsite Energy Model: 400pxc6dt3 Sn: 331914-1-1-0411 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #3 cummins/onan Model: 350 Dfcc Sn: G920477586 kw: 350 Pf: .8 Volt: 277/480 Amp: 526 generator #6 mtu Onsite Energy Mod: 750rxc6dt2(g05) Sn: Wa-572596-0410 kw: 750 Pf: .8 Volt: 277/480 Amp: 1127 generator #7 mtu Onsite Energy Mod: Ds00500d6srah1583 Sn: 331787-1-1-0411 kw: 500 Pf: .8 Volt: 277/480 Amp: 751 If This Is A Service Your Business Can Provide, Respond To This Sources Sought By Friday, January 3, 2025; 3:00 P.m. Eastern Time. Responses Should Include: (1) Business Name And Address (2) Point Of Contact Name, Phone Number, And E-mail Address (3) Sam Uei And Naics Code (4) Business Size Small Or Large (5) Type Of Business Service Disabled Veteran Owned, Veteran Owned, 8a, Hubzone, Women-owned Etc. (6) Applicable Gsa/fss Contract Number (if Applies). All Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above Noted Service. E-mail Responses To: Ariel Bautista-lagares, At Ariel.bautista-lagares@va.gov (note: This Is Not A Request For Quote Or An Announcement Of A Solicitation.)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Project Information this Sources Sought Solicitation Is Being Issued In Accordance With Federal Acquisition Regulation (far) Part 10, Market Research. The Purpose Of This Posting Is To Gain Knowledge Of Potential Sources For This Project Including Interested Small Business Concerns. Its Sole Purpose Is To Provide Information For Planning And Market Research Purposes Only And Shall Not Be Construed As Either A Solicitation Or Obligation On The Part Of The Government. The Government Welcomes Responses From All Interested Parties; However, No Decision Or Award Of Contract Will Be Made Based On Responses From Industry. The Government Will Not Pay For The Preparation Of, Nor The Subsequent Use Of, Information Submitted In Response To This Solicitation. Respondents Will Not Be Notified Of The Outcome Of The Government’s Review Of The Information Received. Additionally, The Government Does Not Intend To Hold Discussions Concerning This Solicitation With Any Interested Parties But Reserves The Right To Contact Vendors If Additional Information Is Required For Clarifications As It Pertains To The Solicitation. the 146th Airlift Wing, California Air National Guard May Issue A Solicitation And Award A Contract For The Project Titled, “146 Ces Repair Pumphouse Building 1203", Subject To The Availability Of Funds. Under This Requirement, The Successful Contractor Would Provide Non-personal Services, To Include All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances, And Supervision Necessary To: this Project Encompasses The Repair, Renovation, And Upgrade Of The Fire Pump Systems At Building 1203 That Supply Water To The Fire Suppression Systems For The Maintenance Hangar (building 801; 86,994 Square Feet) And Fuel Cell Hangar (building 802; 21,240 Square Feet). The Work Is To Include, But Is Not Limited To, Demolishing The Existing Diesel Fire Pump Systems To Include All Identified And Associated Components Such As The Engines/pumps, Diesel Tanks, Valves, Pipe, Fittings, And Electrical Controls/components, And Replacing With New Electric Motor Fire Pumps, Jockey Pumps, Fire Pump Controllers, Conduit, Wiring, Switchgear, Pipe, Fittings, Valves, And Facility Heaters To Properly Supply Water To The Fire Suppression Systems. Setup, Maintenance, Tear-down, And Removal Of Materials For The End User During The Contract Period Of Performance Is Included In The Scope Of This Contract. pursuant To Far 36.204, The Anticipated Magnitude Of Construction Is Between $1,000,000 And $5,000,000. The Applicable North American Industry Classification System (naics) Code For This Project Is 236220, Commercial And Institutional Building Construction. The Small Business Administration Small Business Size Standard For This Industry Is $39,500,000. all Interested Concerns Will Submit A Written Notice, Not To Exceed Five (5) Pages, Stating The Concern’s Positive Intention To Submit A Proposal As A Prime Contractor No Later Than The Deadline Posted With This Notice. Responses To This Solicitation Should Include The Following Information: 1. A Positive Statement Of Intent To Submit A Proposal As A Prime Contractor; 2. A Listing Of Projects Completed During The Past Five (5) Years For Both Government And Private Industry. The List Should Provide The Type Of Project, Dollar Value, Contract Number, Location, And Point Of Contact. Also, Please Indicate Whether The Firm Was A Prime Or Subcontractor—if The Firm Was A Subcontractor, Please Provide A Point Of Contact With The Prime Contractor; 3. A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract; And 4. Demonstration Of The Firm’s Socioeconomic Status (i.e., Sb, 8(a), Hubzone, Edwosb, Wosb, Sdvosb, Etc.), And Size. in The Event That Adequate Small Business Firms Are Not Available For Adequate Competition For This Project, It May Be Advertised As An Unrestricted Solicitation. Submit Responses Directly To William.tucker.32@us.af.mil And Ricardo.macias.3@us.af.mil; Telephone Calls And Facsimile Responses Will Not Be Honored. please Reference The Identification Number And Project Title In The Subject Of Your Message. Please Limit Your Responses To Standard Documents (i.e., Microsoft Office, Adobe Pdf, Etc.). Do Not Send Compressed (i.e., .zip Or .exe Extension) Or Other File Types As They Will Be Stripped From Your Message.

Correctional Service Canada Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Generator Radiator Replacement This Requirement Is For: The Correctional Service Of Canada, Ontario Region, Bath Institution. Trade Agreement: Canadian Free Trade Agreement (cfta). Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Not Subject To Any Set-asides For Indigenous Suppliers. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Of Canada Requires The Services Of A Qualified Contractor To Supply And Install Two (2) New Radiators For A Cummins Qsk60-g6 Generator. Objectives: To Replace Two (2) Leaking Radiators With Two (2) New Compatible Cummins Radiators. Deliverables: The Contractor Must: • Drain The Engine Coolant From The Current Radiator Assemblies And Dispose Of It As Per All Federal And Provincial Environmental Safety Codes And Regulations. • Remove Front End Enclosure Housing Panels To Permit Radiator Removal. • Remove The Two Leaking Radiators, Disposing Of Them Offsite As Per All Federal And Provincial Environmental Safety Codes And Regulations. • Supply And Install Two (2) New Cummins Radiators, With Full Length Header Plates. • Replace All Gaskets (fibre) And Sealant. • Replace All Thermostats. • Replace All Radiator Hoses. • Supply And Fill Radiators With New Engine Coolant As Per All Federal And Provincial Environmental Safety Codes And Regulations. • Install Two (2) Radiator Heaters With Integral Pumps (to Reduce Thermal Expansion Shock). • Re-assemble Entire Enclosure Housing. • Supply, Connect And Fuel A Temporary, Two-point-two (2.2) Gigawatt Generator For The Entire Period That The Bath Generator Will Be Offline. • Ensure The Temporary Generator Automatically Starts And Provides Power To Both Bath And Millhaven Institutions Within Ten (10) Seconds In The Event Of Power Loss From The Distribution Grid. • Disconnect And Remove The Temporary Generator From The Site Once Replacement Of The New Radiators Is Complete. • Ensure The Cummins Qsk60-g6 Generator Is Reconnected And Functioning As Required. Any Conditions For Participation Of Suppliers Not Specified In Solicitation Documentation: None. Estimated Quantity Of Commodity: See Solicitation Document Statement Of Work And Basis Of Payment. Duration Of Contract And Time Frame For Delivery: Construction Time: The Contractor Must Perform And Complete The Work On Or Before March 31st, 2025. File Number: 21421-25-4942653 This Bid Solicitation Cancels And Supersedes Previous Bid Solicitation Numbers: 21423-23-4357694 Dated 2023/04/21 That Closed On 2023/05/25 At 10:00est And 21421-25-4883316 Dated 2024-10-29 That Closed On 2024-12-03 At 10:00est. Csc Will Provide A Debriefing Or Feedback Session Upon Request To Bidders Who Bid On The Previous Solicitations. Contracting Authority: Robin Riha Telephone Number: 613-328-9727 E-mail: Robin.riha@csc-scc.gc.ca Note To Bidders: Bidders Can Obtain The Complete Statement Of Work And Evaluation Criteria By Downloading The Solicitation Document And Associated Documents From The Canada Buys / Tender Opportunities Website. The Crown Reserves The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada (english Or French). After Contract Award, Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days Of Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Procurement Assistance Canada (pac) Offers Seminars To Businesses Interested In Learning How To Sell Goods And Services To The Government Of Canada. The Seminars Are Free. Topics Include: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Synopsis For Firm-fixed-price Contract – Architect-engineering (a-e) Services (full and Open) To Support The Design Of The Renovation Project Xtlf 21-1035 Add_repair Fire Station, f140 At Vance Afb, Oklahoma. this Announcement Is Not A Request For Proposal. Neither The Government Nor asrc Federal Field Services (affs) Will Pay Or Reimburse Any Costs Associated with Responding To This Request. The Government And Affs Is Under No obligation To Award A Contract As A Result Of This Announcement. 1. Contract Information this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far 36.6. Firms will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required work. Refer To Section, “5. Selection Process”, For General Information On The A-e Selection Process. a-e Services Are Required For Site Investigation, Engineering Studies, Concept Design, Final Design, And minimal Construction Phase Services For The Subject Project. The Applicable Naics Code Is 5413, architectural, Engineering, And Related Services. This Announcement Is Open To All Businesses regardless Of Size. Affs Is Contemplating Awarding A Firm Fixed Price Contract. The Contract Is Anticipated to Be Awarded In March 2025 And Design Completed In Or Before March 2026. all Firms Will Be Required To Submit Sf330 For This Sources Sought Notice. Only A-e Teams Responding To this Solicitation And Found To Be Qualified Will Be Considered For The Award Of The Design Project. 2. Project Information this Project Is To Renovate The Combination Fire Station, F140. The Facility Is A One-story building And Was Constructed In 1968. The Facility Was Expanded With Building Additions In 1995 And 2004. The Current Size Of The Building Is 18,116 Gross Square Feet. The Size, Configuration, And condition Of This Facility Do Not Align With Requirements Of Dafman 32-1084 And Ufc 4-730-10. renovation Scope To Include Site, Building Envelope, Building Interiors, And Engineering Systems. site Scope Includes Grading And Drainage Design, Utility Relocation, Establishment Of An Aba accessible Route From Parking To The Building’s Main Entrance, Parking Lot Striping, And miscellaneous Sidewalk Repairs. the Project Will Require The Demolition Of A Portion Of The Facility Which Includes Office Areas. A building Addition Consisting Of A New Training Room, Designed To Meet Storm Shelter Criteria, administrative Offices And Public Toilet Rooms Will Be Constructed Where The Existing Office Area Has Been Demolished. building Envelope Scope Includes Replacement Of All Exterior Glazing And Glazing Systems, replacement Of All Roofing, Refinishing Of Exterior Walls, Modifications To Apparatus Bay Door openings, And Replacement Of All Exterior Doors And Frames. the Architectural Interior Scope Of Work Consists Of A Redesign Of Several Interior Spaces To enable The Enlargement Of The Firefighter Toilet/shower Rooms, The Relocation And Proper Sizing Of additional Support Offices And Functions, The Complete Removal And Replacement Of All Finishes Down to The Metal Studs In The Existing Dorm Rooms. In The Dorm Rooms The Demolition May Also Include metal Wall Framing If It Is Determined To Need Replacement. Finishes Such As Paint, Ceiling Tiles, and Flooring Will Be Replaced In Rooms Not Otherwise Modified For Changes In Function. renovation Scope To Achieve Aba Compliance For Spaces That Are Lightly Renovated Includes New signage, Adjustments To Door Hardware, And Relocation Of Controls, Light Switches, And Outlets As required. The Vestibules To The Day Room Are Not Aba Compliant And Will Be Demolished And reconstructed As A Part Of This Project. structural Scope Consists Of The Engineering Design Required To Support The New Building Addition, the Modifications Necessary To Increase The Size Of The Apparatus Bay Openings, Modifications To load Bearing Walls Where New Openings Are Required, And General Modifications Where Required To incorporate The Work Of Other Engineering Disciplines, And/or Because Of An Observed Deficiency, Or code Or Ufc Related Deficiency. renovations To The Existing Fire Protection Systems Includes Adjusting The Existing Fire Sprinkler system As Required To Accommodate Both Floor Plan And Ceiling Changes. Additionally, This Project will Upgrade The Fire Alarm System To Include An Emergency Voice Communication System, A Gas detection System, Provide A New Fire Alarm Interface To Building Life Safety Systems Including Fire sprinkler Monitoring, Provide Low Temperature Sensors In The Apparatus Bays, An Hvac Interface, in-building Mass Notification System, And An Automatic Fire Sprinkler System Throughout The building. The Fire Alarm Control Unit (facu) Will Be Relocated To The New Primary Building entrance. plumbing Scope To Include Engineering Design To Support Replacement Of The Existing Domestic Water hot Water Heater, Replacement Of All Existing Plumbing Fixtures And Installation Of New Connections where Required By Changes To The Floor Plan. Additionally, All Domestic Water Piping To Be Replaced back To The Point Of The Incoming Service. hvac Scope Includes Engineering Design To Support Completely New Systems Throughout The Facility. all Existing Below Grade Ductwork Will Be Abandoned And Sealed. A New Building Automation System will Be Installed For The Facility. electrical Engineering Scope Includes Design Necessary To Replace Multiple Existing Electrical panels, New Automatic Transfer Switches For Separating The Load From The Generator Into Emergency loads And Backup Loads. Lighting Will Be Replaced Throughout The Facility. environmental Scope Of Work Requires Preparation Of Criteria To Address The Abatement Of Acm In vibration Joints In The Mechanical Room And Encapsulated In The Fire Doors. project Will Require Sustainability Design And Compliance With Either The Gbci “guiding Principles assessment For Department Of Defense” Program Or The Gbi “department Of Defense Guiding Principles compliance For New Construction & Comprehensive Replacement” Program. sequencing Plans Will Be Required To Demonstrate How The Renovation Will Take Place Without impacting The Mission Of The Firefighters. 3. Response To Solicitation Submission Requirements: a-e Teams Will Be Selected In Accordance With Far Section 36.602-1. A-e Teams Must Submit A Sf330 package Of Qualifications For Review By Affs And Approved By Vance Afb Government Personnel. 4. Solicitation Submission Requirements the Sf330, Parts A Thru G Should Be Limited To 25 Numbered Pages (8.5”x11”) Of Easily Readable Text (size 11 Font), Graphics And Pictures. Part H May Also Be Included, Is Not Limited In Length, And is Not Required, But Is Encouraged. 5. Selection Process the Intent Of The Affs And A-e Team Arrangement Is To Facilitate The Timely, Transparent, And Efficient Teaming Between The A-e Teamand Affs To Meet The Needs Of Vance Afb. upon Receipt Of The Sf330 Packages, A Committee Comprised Of Affs Staff Architects, Engineers, And leadership Will Review The Package According To Far 36.602-2 Thru 36.602-4. submissions Will Be Evaluated Based On Stated Services In The Sf330. 1. Each Committee Member Will Independently Review The Sf330s And Evaluate The Suitability Of Each A-e Team For This Contract Based On The Submission Requirements Listed Above. 2. The Committee Will Meet, And By Consensus Agree To A Short-list Of The Most Qualified A-e Teams For Progessing To The Next Step For The Selection Process Based On The Provided Information In The Sf330. 3. The Most Qualified Teams Will Be Invited To An Aprpoximately 30 Minute Telephone/virtual Interview For The Purpose Of Answering Clarifying Questions Related To Their Sf 330 Submission. 4. Upon Conclusion Of The Interviews, The Committee Will Rank The Most Qualified Teams. The Rankings Will Be Shared With The 71st Iss/ce Flight Representatives. With Concurrence, Affs Local Purchase Will Provide The Highest Rank Team The Statement Of Work In Order To Begin Negotiating A Fee For The Project. upon Successful Conclusion Of The Fee Negotiations, The A-e Team Will Proceed With The Design process In Accordance With The Statement Of Work And At The Direction Of The Affs Managing architect Or Engineer. please See All Attached Forms: Please Submit All Qualifications To The Following Email Address: shari.lamunyon.ctr@us.af.mil please Note That All Attached Forms Should Be Filled Out And Sent Separately From The #4 Solicitation Submission Requirements .do Not Included These As Part Of The (limited To 25 Numbered Pages). all Qualifications Are Due By The 6th Of February 2025 11:00 Am (cst)

Stadt Finsterwalde Tender

Others...+2Civil And Construction, Civil Works Others
Germany
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Lot 20 Heating/ventilation/sanitary 10 pcs. Floor drains With sludge bucket Approx. 50 m stainless steel drinking water pipe 1 sink system With small instantaneous water heater 1 pc. Heating pump group With distributor bar Approx. 70 m stainless steel system pipe Heating up to Dn 25 5 pcs. Ceiling radiant panels Delivery lengths 2-5 m 1 pc. Flat radiator 6 pcs. Pendulum fan With control
811-820 of 841 archived Tenders