Interior Tenders

Interior Tenders

Inria Inria Center of the University of Lorraine 615 Rue du Jardin Botanique 54600 Villers-lès-Nancy Tender

Civil Works Others
France
Closing Date1 Oct 2025
Tender AmountNA 
Description: Cleaning Services for Premises, Interior Windows and Surrounding Areas of the Inria Center at the University of Lorraine

Department Of Energy Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Soon17 Mar 2025
Tender AmountRefer Documents 
Description: ***** This Is A Request For Interest Only! This Request Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Intent Of This Request Is To Identify Potential Offerors For Market Research Purposes Only. ***** request For Information (rfi) savannah River Nuclear Solutions, Llc (srns), Which Manages And Operates Portions Of The Savannah River Site (srs) Under A Department Of Energy (doe) Prime Contract, Seeks Information From Parties Capable Of Providing An Electric Mixer To Be Used Within A Glovebox In The K-area Complex (kac). Experience From Parties Strongly Rooted In Fabrication And Design Suitable For Nuclear Application Is Preferred. This Rfi Is Issued To Assist With Finding Potential Suppliers Interested In This Solicitation. ­­­­ the Srs Complex Is Located Approximately 15 Miles South Of Aiken, South Carolina And Is 310 Contiguous Square Miles. scope Summary: Provide Labor, Materials, Services And Expertise For Design, Fabrication, Inspection, Testing, Documentation, Delivery, Installation Support, And Technical Services For Creation Of An Electric Mixer To Incorporate Inside Of The Kac Glovebox. The Kac Electric Mixer Is Used To Homogenously Mix Free Flowing Powder, Of Differing Densities And Particle Sizes, Containing Nuclear Material With An Adulterant Residing In Blend Cans. requirements: the Mixer Must Fit Inside Of The Glovebox With Dimensions Capable Of Fitting Within A 12” Bag-out Port. The Mixer Can Be Introduced Modularly, And Shall Be Easily Able To Assemble And Disassemble Within Glovebox Confinements. If Introduced Modularly, Each Mixer Component Shall Not Exceed A Footprint Of 11.75” Width X 11.75” Depth. the Speed Of Rotation Shall Range Between 50 & 70rpm, With Requirements That The Mixer Shall Complete 90 – 120 Turns Per Cycle. The Mixer Shall Contain Sufficient Locking Measures To Securely Fasten The Blend Can To The Mixer Without A Loss Of Containment. The Locking Measure Shall Be Designed In A Manner That Is Easily Accessible For Operators With Limited Hand Mobility. The Mixer Shall Sufficiently Blend The Adulterant With The Feed To Ensure A Homogenous Blend. the Mixer Shall Be Operated Within A Confined Glovebox With Other Equipment And Operations Within. Mixer Vibrations, Disturbances, And Noise Shall Be Dampened And Minimized During Mixing Operations. Vibrations From Mixing Operations Shall Not Cause The Mixer To Move Or “walk” While Operating.. the Mixer Shall Retain Structural Integrity When Mixing The Blend-can With The Determined Weight Range Of The Blend Cans Varying Between 4 – 8lbs. The Mixer Shall Allow Different Variations Of Blend Cans To Be Installed For Mixing. The Dimensions Of These Variations Are As Follows, Blend Cans With Dimensions Of 4.00” Diameter And 6.23” Tall Can With An Attached Screw Top Lid Of 3.00” Diameter And 0.485” Height And Another Style Of Blend Can With Dimensions Of 4.00” Diameter And 6.23” Tall Can With An Attached Screw Top Lid Of 3.00” Diameter And 0.55” Height. the Design Shall Minimize Sharp Edges And Pinch Points Located On The Mixer. The Mixer Components Shall Minimize The Use Of Organic Materials Such As Wood, And Plastics. The Weight Of The Mixer Shall Not Exceed 50 Lbs. The Mixer Shall Be Delivered With Machine Guarding In Accordance With 29 Cfr Subpart O, 1910.212. the Mixer Shall Be Installed And Operated Inside Of The Glovebox. The Temperature And Humidity Are Approximately 68-74 °f And 30-60%. The Interior Of The Glovebox Is Potentially Dusty, The Service Environment Will Include Radioactive Contamination. Given The Environment, The Vendor Shall Ensure That The Mixer Design Does Not Allow For The Mixer To Be Inoperable Due To An Accumulation Of Dust. the Mixer Will Be Installed Inside Of The Glovebox With Electrical Controls Mounted Outside Of The Glovebox, Receiving Power From Receptacles Energized By A Key Switch Also Located Outside Of The Glovebox. The Mixer Shall Provide A Method Of Obtaining Visible Diagnostic Information Displaying Errors, Faults, Etc. The Mixer Controls Shall Provide An Option To Adjust The Mixer Parameters Such As Rpm. The Mixer Shall Possess A Way Of Stopping Operations Of The Mixer Should An Accident Occur Via An Emergency Stop Button. the Provided Equipment Shall Comply With Nfpa 70, 2017. electric Motors Shall Comply With Nema Mg-1, 2016. electrical Enclosures Shall Be Nema 12, 4 Or 4x In Accordance With Nema 250, 2018. conductors And Cables Shall Comply With Insulated Cable Engineers Association And National Electrical Manufactures Association Standards. all Commercial Electrical Materials And Equipment Shall Be Tested And Listed By Underwriter’s Laboratories (ul) Or Approved By Factory Mutual Engineering And Research (fm) Or Other Osha Nationally Recognized Testing Laboratory (nrtl). the Mixer Shall Not Have Wi-fi, Bluetooth, Or Imaging Capabilities. considerations: supplier Must Consider Operator Mobility Regarding The Installation And Operability Of The Final Product. supplier Must Consider That The Design Of The Mixer Is Easily Accessible For Performing Maintenance On All Components Of The Mixer. supplier Must Consider The Tools Utilized For Performing Maintenance Activities And Avoid Using Pointed Tools To Mitigate Potential Puncture Of Glovebox Gloves. supplier Must Consider And Implement An Ergonomic Design Into Mixer Final Product. a Supplier's Response To The Rfi Does Not Guarantee They Will Be Selected To Participate In The Rfp. suppliers Responding To This Rfi Shall Include Evidence Of The Following: past Performance / Personnel Qualifications Relative To Subject Scope quality Assurance Manual (uncontrolled Copy) qualification For Codes And Standards manufacture Specification Sheet standard Lead Time For Delivery budgetary Estimated Cost visual / Audial Examples Of Similar Work Performed, If Available e-mail Response Addressing Items 1 Through 7 Above In Attachments (pdf Format), Shall Be Submitted By 5:00 P.m. Est. On 3/17/25 To Barbara Mccarty At Barbara.mccarty@srs.gov.

Ministry Of The Interior And Overseas Territories Tender

Others...+1Other Consultancy Services
France
Closing Date17 Apr 2025
Tender AmountNA 
Purchaser Name: Ministry Of The Interior And Overseas Territories | Legal Assistance to Foreigners Held in Administrative Detention Centers (CRA)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice this Notice Is Being Issued In Accordance With Federal Acquisition Regulation (far) Part 10, Market Research. The Purpose Of This Synopsis 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 Notice 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 Contractor Shall Provide All Plant, Labor, New And Current Material, Transportation, Tools, Equipment, Appliances, Supplies, Services, Permits, Insurance, And Supervision Necessary To Repair Building 23 Cyber Operations At Sepulveda Air National Guard Station, California (project Number Vhrj192233). All Work Shall Be Performed In Accordance With The Project’s Plans And Specifications. the Repair Work Encompasses About 6,027 Sf Of Secure Area Within Building 23 Located At Sepulveda Air National Guard Station, Ca. The Work Involves Demolition And Reconfiguration Of The Interior Partition Walls And Finishes, Openings, And Building Systems To Accommodate A New Secure Area. Renovation Work Includes New Finishes, Openings, Partitions, Raised Flooring, And Upgrades To Mechanical, Electrical, Telecom, And Life Systems To Support The New Secure Area. A Temporary Facility Shall Be Provided During The Repair Work At A Location That Already Has Utilities. in Accordance With Defense Far Supplement 236.204, Disclosure Of The Magnitude Of Construction Projects, The Anticipated Magnitude Of Construction Is Between $5,000,000 And $10,000,000. the Naics Code For This Requirement Is 236220, Commercial And Institutional Building Construction. The Small Business Administration Size Standard For Small Businesses In This Industry Is $45,000,000. instructions To Vendors 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: a Positive Statement Of Intent To Submit A Proposal As A Prime Contractor, 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, a Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract, And demonstration Of The Firm’s Socioeconomic Status (i.e., Sb, 8(a), Hubzone, Edwosb, Wosb, Sdvosb, Etc.), And Size. if 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 195wg.fal.msc.contracting.org@us.af.mil; Telephone Calls And Facsimile Responses Will Not Be Honored. Please Reference The Notice Id 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.

Ministry Of The Interior Tender

France
Closing Date31 Mar 2025
Tender AmountRefer Documents 
Purchaser Name: Ministry Of The Interior | Acquisition of Polo Shirts and Guerrilla Shirts for the General Directorate of Civil Security and Crisis Management.

Ministry Of The Interior And Overseas Territories Tender

Manpower Supply
France
Closing Date8 Apr 2025
Tender AmountRefer Documents 
Purchaser Name: Ministry Of The Interior And Overseas Territories | Supplementary Social Protection in Health for Personnel Employed by the Miom or Public Entities Adhering to the Joint Ordering Group.

United India Insurance Company Limited - UIIC Tender

Electrical Works...+1Electrical and Electronics
India
Closing DateNA
Tender AmountNA 
Description: Tender For Civil Work With Interior Furnishing Electrical Work

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Soon15 Mar 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Ne city: Omaha delineated Area: north: Fort Street To Military Avenue To 72nd Street To Crown Point Avenue To Hartman Avenue To N. 60th Street To Fort Street To Sorenson Pkwy To North Freeway 75 To Ames Avenue To N. 16th Street To Locust Street To N. 23rd Street E. east: N. 23rd Street E. To The Missouri River To E. Mission Avenue. south: North Mission Avenue To Lincoln Road To Galvin Road S To Harlan Drive Turning Into Highway 370 To S 144th Street/highway 50 To S. 144th Street To N. 144th Street To Fort Street. west: S. 144th Street/hwy. 50 To S. 144th Street To N. 144th. minimum Sq. Ft. (aboa): 17,411 maximum Sq. Ft. (aboa): 18,280 space Type: Office parking Spaces (total): 3 parking Spaces (surface): 3 parking Spaces (reserved): 3 full Term: 15 Years firm Term: 10 Years option Term: 1-5 Year Option additional Requirements: cannot Be Located Within 300 Walkable Feet Of Schools, Churches, Homeless Shelters, Drug Treatment Facilities And Dispensaries. at Least One Dual Port Ev Charging Station For The Exclusive Use Of The Government As Part Of The Three Reserved Onsite Parking Spaces. local Code For Parking Still Apply. parking Spaces Commercially Available Within 1 Block, Not To Exceed ¼ Mile. up To Two Consecutive Floors Are Acceptable, A Minimum Of 8,404 Sf Must Be One Of Those Floors For Public Use. offered Space Shall Provide For A Configuration That Will Allow For An Efficient Layout Of The Requires Adjacencies For The Agency Needs Of Space For Public Access, Offices, Workstations, And Special Use Spaces (file Rooms, Assembly Areas, Copy Rooms, Storage Rooms, Etc.). space Which Shall Be Located In A Prime Commercial/business Office District With Attractive, Prestigious, Professional Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. Offered Space Must Be Located In A Professional Office Setting And Not Within Strip Malls. the Successful Lessor, At The Lessor’s Cost And Expense, Shall Obtain Leed Certification For Commercial Interiors (leed-ci) For Existing Buildings Or Green Globes Si. offered Space Must Be In A Building That Has Earned The Energy Star Label In The Most Recent Year Or Will Have Obtained It Prior To Lease Award Unless The Offered Space Meets A Statutory Exception. a Loading Area With Double Doors Or An Overhead Door Must Be Available In The Building In Which The Space Is Offered For The Handling Of Pallet Sized Loads. The Loading Area Is Not Required To Be Above-grade. offered Space Must Have The Ability To Separate The Public Entrance From An Employee Entrance. one Or More Public Bus Lines Usable By Tenant Occupants And Their Customers Shall Be Located Within The Immediate Vicinity Of The Building, But Generally Not Exceeding A Safe Walkable 1/3 Mile, As Determined By The Lco. Bus Stops To Occur On A Regular, Frequent Basis (schedule Required To Be Provided. It Must Show Location And Frequency Of Bus Stops). the Proposed Tenant Will Have A High Volume Of Visitors (up To Approximately 250 Per Day). subleases Will Not Be Considered. a Detention Facility Cannot Be Within 1,000 Feet Of The Offered Space. the Space Offered Cannot Be Co-located With Law-enforcement Agencies In The Same Building. 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 1-percent-annual Chance Floodplain (formerly Referred To As “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. offers Due: March 14, 2025 occupancy (estimated): June 1, 2026 send Offers To: offers Must Be Submitted Electronically Through The Requirement Specific Acquisition Platform (rsap), Located At Https://lop.gsa.gov/rsap/. interested Parties Must Go To The Rsap Website, Select The “registration” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Rsap Homepage And In The “help” Tab On The Rsap Website. solicitation (rlp) Number:3ne0160 government Contact Information (not For Offer Submission) frank Whiting - Lease Contracting Officer phone: (816) 446-4909 email: Frank.whiting@gsa.gov nicholas Zabelin, Broker Contractor - Carpenter/robbins Commercial Real Estate, Inc. phone: (925) 790-2124 email: Nicholas.zabelin@gsa.gov note: Entities Not Currently Registered In The System For Award Management (sam.gov) Are Advised To Start The Registration Process As Soon As Possible. an Offeror Checklist Has Been Included With The Rlp To Underscore The Documents That May Be Required By This Rlp. Detailed Requirements Are Contained In The Rlp. In The Event Of An Inconsistency Between This Checklist And The Rlp, The Rlp Is The Authoritative Source.

State Water Transport Department - SWTD Tender

Works
Furnitures and Fixtures
Eprocure
Corrigendum : Closing Date Modified
India
Closing Soon19 Mar 2025
Tender AmountINR 570 K (USD 6.5 K)
Description: Interior Work Of Boat No.s25

General Secretariat for the Administration of the Southern Ministry of the Interior, Directorate of General Administration and Finance, Office of Public Orders and Purchasing Tender

France
Closing Date23 Sep 2028
Tender AmountRefer Documents 
Purchaser Name: General Secretariat for the Administration of the Southern Ministry of the Interior, Directorate of General | France – Passenger Cars – Système D'acquisition Dynamique Pour L'achat De Véhicules Automobiles D?occasion De Type Véhicule Léger 9 Places Au Profit Du Sgami Sud
1381-1390 of 1691 active Tenders