Interior Tenders

Interior Tenders

Indian Institute Of Technology - IIT Tender

Goods
Paints and Enamels
GEM
India
Description: CATEGORY: Synthetic Enamel Paint , Premium Interior Emulsion Paint , Premium Exterior Emulsion Paint , Oil Bound Distemper , Wall Putty
Closing Date14 Mar 2025
Tender AmountINR 496 K (USD 5.7 K)

Municipality of Bad Duben Tender

Civil And Construction...+1Road Construction
Germany
Description: To the tender 'renovation of the Spatzenhaus daycare center in Bad Düben - interior plastering'
Closing Date18 Mar 2025
Tender AmountRefer Documents 

Jharkhand Urja Sancharan Nigam Limited - JUSNL Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Description: 33 Kv Main And Side Cable Trench Slabs Along With Providing Cable Tray On Support Hangers In Main And Side Cable Trenches With Their Interior Renovation At 132/33 Kv Gss, Jadugoda
Closing Date17 Mar 2025
Tender AmountINR 1.9 Million (USD 21.9 K)

Registration Office District Town Of Neunkirchen Tender

Aerospace and Defence
Germany
Description: To the tender 'kita Hangard - Interior doors'
Closing Soon12 Mar 2025
Tender AmountRefer Documents 

ELECTRIC ENERGY DISTRIBUTION ROMANIA SA - Romania Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Romania
Details: Title: „izolatori Si Accesorii Izolante“ description: Achizitia De „izolatori Si Accesorii Izolante“ Prin Incheierea Unui Acord Cadru Pentru Fiecare Din Cele 9 Loturi. Lot 1 - Izolatie Compozita; Lot 2 - Izolatoare Ceramice De Joasa Tensiune; Lot 3 - Izolatoare Ceramice De Medie Tensiune; Lot 4 - Izolatoare Ceramice Pentru Ancorare; Lot 5 - Izolatoare Ceramice De Trecere; Lot 6 - Izolatoare Ceramice De Trecere Interior-exterior; Lot 7 - Izolatoare Suport Interior; Lot 8 - Izolator Cu Divizor Capacitiv; Lot 9 - Izolatie Compzita Mt. In Momentul De Fata Sunt In Curs De Executie Lucrari De Investitii Cu Forte Proprii Care Vor Ingloba Produsele Descrise, Acestea Fiind Necesare In Cel Mai Scurt Timp Posibil In Vederea Finalizarii Si Punerii In Functiune A Noilor Instalatii De Distributie A Energiei Electrice. De Asemenea, Produsele Sunt Utilizate Si In Cadrul Lucrarilor De Mentenanta. Obiective Ce Trebuie Atinse Prin Realizarea Acestor Lucrari: - Rezolvarea Problemelor Legate De Caderile De Tensiune; - Cresterea Securitatii Furnizarii Energiei Electrice Prin Reducerea Numarului De Intreruperi Si A Duratelor De Restabilire; - Reducerea Numarului De Reclamatii Privind Calitatea Energiei Livrate; - Reducerea Riscurilor De Soc Electric Prin Montarea Izolatiei Noua, Si Realizarea Protectiilor Necesare Retelelor De Joasa Tensiune. Produsele Care Fac Obiectul Prezentei Achizitii Au Rolul De A Contribui La Modernizarea Instalatiilor De Distributie A Energiei Electrice Pe Partea De Joasa, Medie Si Inalta Tensiune Si Implicit Cresterea Calitatii Serviciului De Distributie A Operatorului De Distributie A Energiei Electrice Deer Sa. Numǎrul De Zile Pȃnǎ La Care Potențialii Ofertanți Pot Solicita Clarificǎri Referitoare La Documentația De Atribuire, Ȋnainte De Data Limitǎ De Depunere A Ofertei Este 20. Entitatea Contractantǎ Va Rǎspunde In Mod Clar Si Complet Tuturor Solicitǎrilor De Clarificǎri Sau Informațiilor Suplimentare In A 11-a Zi Inainte De Data Limita De Depunere A Ofertelor.
Closing Date24 Mar 2025
Tender AmountRefer Documents 

Central Advisory Board Of The Cities Of Rietberg, Verl Tender

Civil And Construction...+1Building Construction
Germany
Description: To the tender 'new building of the Neuenkirchen sports centre; interior plastering work'
Closing Date13 Mar 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation For The Procurement Of 1 Unit Dump Trailer … 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of Three Hundred Forty-four Thousand Pesos (₱344,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of 1 Dump Trailer. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Procurement Of 1 Unit Dump Trailer With The Following Specification: -1 Unit Dump Trailer @ 344,000.00 Unit Cost Specifications: Type: Dump Classification: Balanced Trailer Payload: Minimum Of 3 Tons Side Walls Height: 1m Materials And Components: All Brand New Tires: All Brand New (exterior And Interior) 4pr Other Features/requirements: • The Overall Width Of The Trailer Measured Between The Extreme Points Shall Not Exceed 2.5m • The Overall Length Of The Platform Shall Not Exceed 6.0m • The Distance From The Foremost End Of The Platform To The Center Of The Hitch Point Of The Pullbar Shall Range From 0.9m To 1.4m • The Trailer Shall Be Provided With Lashing Hooks For Tying Down The Load • The Trailer Shall Be Provided Wit Safety Chain To Match The Trailers Gross Load • With Adjustable Spreader Gate • Hydraulic Power, Up/down And Gravity Down • With Multi-leaf Spring • Tires Displacement Must Be Situated At The Rear Part Of The Trailer • A Set Of Manufacturer’s Standard Tools Required For The Maintenance Shall Be Provided • With Pedal Or Level Brake System • With One (1) Year Warranty On Parts And Services • With Marking And Labelling • With Reflectorized Da Logo (4 Inches Diameter) Delivery Site: Ubay, Bohol 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Soon6 Mar 2025
Tender AmountPHP 344 K (USD 5.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is For Full And Open Competition. All Responsible Sources Can Compete. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Axeon Series Clean-in- Place (cip) System. This Procurement Will Also Include Installation, And Training Of The Newly Purchased Brand Name Or Equal Axeon Series Clean-in-place System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description qty price 1 cip 100, 200 Gal Tank, 220v 3ph 60 Hz 1 â  2 installation 1 â  3 training On Use Of Equipment And Maintenance â  4 manuals, Digital And Hard Copy â  â  5 warranty â  â  statement Of Work (sow) as Of January 15, 2025 contract Title: Boiler Plant Cip System For Reverse Osmosis (ro) Membranes background: Building 261, Boiler Plant, Reverse Osmosis Membranes Are Key To Providing Clean, Purified Water To The Boilers For Optimal Operations. From Time To Time, These Membranes Require Regular Cleaning To Avoid Internal Damage, Which Can Lead To Expensive New Membrane Procurements. The Desire Is To Purchase Equipment Which Will Allow Local Staff To Clean The Existing Membranes In-place, Rather Than Send Them Out For Cleaning Or Replacement. scope: Vendor To Deliver And Test Operation Of A Clean-in-place Mobile Unit For The Purpose Of Cleaning Boiler Plant Ro Membranes. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Cip System And All Other Accessories And Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Cip System. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Receive And Install New Equipment 4.1.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 4.1.2 Subtask 2 - Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.2 Task 2 Provide Staff Training On Equipment 4.2.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In Cip Skid. Vendor To Furnish Va With Site-specific Operating And Service Manuals, Both Digitally And Hard Copy, For Equipment. task 3 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. deliverables: 5.1 Task 1 Mobile Clean-in-place Skid, Equivalent To Axeon Cip-100 2 Outlet Connection tank Size 200 Gallon flow Rate 100 Gallons Per Minute motor 7.5 Hp dimensions (l X W X H) Of 64 X 40 X 73 weight 650 Lbs on/off Switch shelco Multi-cartridge Housing axeon Sdf Series 5 Micron Sediment Filter axeon 316l Stainless Steel Pressure Gauges sch 80 Pvc Piping With Unions mixing Loop With Valve polyethylene Solution Tank tank Level Switches temperature Gauge axeon Flow Meter 316l Stainless Steel Pump With Tefc Motor hose Kit caster Wheels 5.2 One Year Parts And Labor Warranty all Components To Include One-year Parts And Labor Warranty 5.3 Freight vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center warehouse 17273 State Route 104 chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In Cip Skid. Contractor To Furnish Va With Detailed Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 6. Performance Monitoring the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service. 7. Security Requirements contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted. 9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work. 10. Place Of Performance. the Place Of Performance Is building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer. 9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror, (aug 2020) far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
Closing Soon7 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Idaho city: Hayden delineated Area: north: Lancaster south: Prairie Ave east: Hayden Lake west: Atlas Road/ramsey Road gross Square Feet:3,500 net Square Feet: 3,308 space Type: Retail gov Parking Spaces (total): 11 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Name Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: Date. 3/13/25 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. 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, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And 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 Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

Jharkhand Urja Sancharan Nigam Limited - JUSNL Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Description: Installation Of Cable Tray With Support Hanger In Main And Side Cable Trenches With Interior Renovation Of Cable Trenches At 132/33 Kv Gss, Golmuri
Closing Date17 Mar 2025
Tender AmountINR 3.2 Million (USD 37.9 K)
611-620 of 1678 active Tenders