Interior Tenders

Interior Tenders

U S COAST GUARD USA Tender

Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Abstract Of Offers Ifb 70z0g125bcga00002 amendment 0005 (attached) January 10, 2025 Site Visit Sign-in Roster amendment 0004 (attached) Clarifications And Responses To Questions amendment 0003 (attached) Biddue Date Is Changed To 20 February 2025 At 2:00 Pm Local Time, Warwick, Ri. amendment 0002 (attached) amendment 0001 (attached): The Time For The Scheduled Site Visit Has Been Set At 10:00 Am Est On Friday, 10 January 2025. Attendees Are Instructed To Meet At The Main Entrance Of Waesche Hall. contractor Shall Provide All Personnel, Equipment, Materials, And All Other Items And Services Required To Relocate The Library’s Special Collection, Located At Waesche Hall At The U.s. Coast Guard Academy, And All Incidental Related Work. The Project Includes A Base Bid Item And One (1) Optional Bid Item. item No. 1 - Base Bid Item collection Archival Space Shall Be 2-hour Fire Rated With Controlled Temperature, Moisture, And Lighting. The New Mechanical Room Shall Be A 1-hr Fire Rated Space. a. Work Consists Of The Removal Of Existing Walls, Doors, Ceilings, Flooring And Mep Systems, And The Provision Of Interior Gypsum Board Partitions, Shaft Walls And Ceiling Assemblies, Flooring, Doors And Door Frames, Electrical Lighting, Power And Data, Mechanical Ductwork/equipment, And New Paint. b. Work Includes The Provision Of New Fiber Optic Cable From The Basement Of Chase Hall C Annex (data Closet C036) To The Ground Floor Of Waesche Hall (room 017). All Cables Shall Be Run Through Existing Conduit Between Buildings. c. Construction Work Includes Alterations To The Second-floor Breakroom (room 220) Kitchenette To Include Relocating A Sink And Base Cabinet, New Power Receptacles And The Provision Of A New Data Cabinet, Fiber, Cabling, And Data Switches. d. Second Floor Work Also Includes The Removal Of The Existing Special Collection Metal Wire Enclosure (located In Library Space - Room 200) And All Associated Structural Framing And Mechanical Fasteners (floor & Ceiling Mounted). Note, This Work Shall Only Be Performed After; The New Special Collection Space (room 117) Is Completed, And The High-density Shelving System Is Installed, And The Collection Of Rare Books And Media Materials Are Moved From The Second Floor Into The New Special Collection Room 117. The Owner Shall Move The Special Collection Materials Into The New Space Upon Its Completion. The Contractor Shall Coordinate The Scheduling Of The Second-floor Special Collection Enclosure Removal Work With The Cor. item No. 2 - Optional Bid Item provision Of New High Density (mobile Storage Units) Shelving System As Specified. all Work Shall Be Accomplished In Accordance With The Specifications For Project #22020230, Drawings 22020230, And The Applicable Wage Rates Incorporated Herein. Please See Attachments For More Details. the Applicable North American Industry Classification System (naics) Code Is 237990 Other Heavy And Civil Engineering Construction, With A Small Business Size Standard Of $45.0 Million. The Estimated Value Of The Procurement Is Between $500,000 And $1,000,000. A 20% Bid Bond Is Required. Performance And/or Payment Bonds Will Be Required. the Date Set For Receipt Of Bids Is 28 January 2025. Award Is Anticipated To Be Made Mid Or Late February 2025. The Performance Period Is Estimated To Be 294 Calendar Days From Issuance Of Notice To Proceed. this Acquisition Is Issued Pursuant To Far Part 14 Sealed Bidding And Is 100% Set-aside For Small Business Concerns. All Relevant Solicitation Documents, Including Specifications, Drawings, And Applicable Wage Determinations Incorporated Herein, Can Be Accessed For Download As Attachments Of This Ifb At The Following Site: Https://www.sam.gov. Vendors Must Be Registered In The System For Award Management Database Through Https://www.sam.gov In Order To Receive A Federal Government Contract. the Government Reserves The Right To Cancel This Solicitation Either Before Or After The Closing Date. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Solicitation Notice Or Any Follow-up Information Requrest.

BUREAU OF RECLAMATION USA Tender

Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice Passive Integrated Transponders (pit) Tags, Readers, Antennas And Associated Equipment - Idiqnotice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only.the Bureau Of Reclamation (bor) Has A Requirement To Acquire Passive Integrated Transponder (pit) Tags, Pit Tag Readers, Pit Tag Implanters, Pit Tag Antenna Systems, Miscellaneous Pit-tag Related Equipment, Software, And Technical Assistance For Pit-tag Related Issues Such As Installations Of Antenna Systems And Operation And Maintenance (o&m) Of Installed Systems. Bor Anticipates Awarding An Idiq To Acquire The Above-mentioned Equipment And Services. Any Idiq Contract(s) Awarded Under Will Be Accessible To Any Of The Department Of The Interior (doi) Agencies For Ordering.the Purpose Of This Sources Sought Notice Is To Identify And Collect Information On Potential Sources With The Capability Of Providing The Supplies And Services For The Doi As Described In The Attached Draft Specifications. Based Upon Responses To This Announcement, The Government May Determine To Set This Acquisition Aside Or Proceed With An Unrestricted Solicitation. The Government Is Interested In All Small Businesses To Include 8(a), Service-disabled Veteran-owned, Hubzone, Women-owned, And Indian Small Business Economic Enterprise (isbee), And Small Business Concerns. The Government Requests That Interested Parties Respond To This Notice And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements And Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners.the Applicable North American Industry Classification System (naics) Code Is 334511, Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing, And The Related Small Business Size Standard Is 1,350 Employees. The Product Service Code Is 7g22 It And Telecom - Network: Satellite And Rf Communications Products.this Notice Is Not A Request For Proposals And The Information Presented In This Announcement Will Not Obligate The Bureau Of Reclamation In Any Manner.responses To This Sources Sought Should Include The Following Information: (a) Business Name, Address, Cage Code, And Point Of Contact Information.(b) Unique Entity Id For Sam.gov(c) Business Size And Type: 8(a), Hubzone, Women-owned, Service-disabled Veteran- Owned, Indian Small Business Economic Enterprise, Small Business, Etc.(d) A Summary Of Your Company's Experience In Providing Pit Tags, Readers, Antennas, Software, And Other Associated Equipment. Include Confirmation If Equipment Is Compatible With Biomark, Inc., Boise, Idaho Products. (e) A Summary Of Your Company's Experience In Assisting During Installations Of Remote Antenna Systems, Including A List Of Projects That Have Been Completed Within The Last Five Years Or Are Currently In Progress That Are Similar To The Effort Described In This Sources Sought And Attached Draft Pws, Along With A Brief Description Of The Work.(f) A Summary Of Your Company's Experience In Maintaining Or Troubleshooting Of Installed Systems, Including A List Of Projects That Have Been Completed Within The Last Five Years Or Are Currently In Progress That Are Similar To The Effort Described In This Sources Sought And Attached Draft Pws, Along With A Brief Description Of The Work.(g) Any Additional Questions Or Comments Vendor Has About The Project.this Is Not A Request For Proposals And Is Not To Be Construed As A Commitment By The Government. Responses To The Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice.responses To This Request For Information Are Strictly Voluntary And Will Not In Any Way Effect The Ability To Submit A Proposal Or Offer, Nor Will It Have Any Effect On The Evaluation Of Any Contractor's Response To A Future Solicitation Should One Be Issued.responses To This Notice Should Be Submitted To Brandi Clark, Contract Specialist, At Brandiclark@usbr.gov By 2:00pm Mst On January 31, 2025. Prospective Contractors Must Be Registered And Must Maintain An Active Registration In The System For Award Management, (sam), As Required By Far 4.1102. Prospective Contractors Must Be Registered In Sam Prior To Submitting A Proposal. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Prospective Award. Information On Sam Registration Can Be Obtained Via The Internet At Http://www.sam.gov.

MUNICIPALITY OF TUNGAWAN, ZAMBOANGA SIBUGAY Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 251.6 K (USD 4.3 K)
Details: Description Invitation To Bid The Municipality Of Tungawan, Province Of Zamboanga Sibugay, Through Its Bids And Awards Committee (bac), Invites Suppliers/ Manufacturers/ Distributors / Contractors To Apply For Eligibility And To Apply Eligibility And To Bid For The Hereunder Project. Name Of Project: Materials & Supplies For Improvement Of Mpdc Office-lgu-tungawan, Tzsp Location: Brgy. Libertad Tungawan, Tzsp Source Of Fund: General Fund Brief Description: Materials & Supplies Item Items & Description Qty Unit 1 Pre-painted Minirib (above 0.427mm Thick) 124 Ln.m 2 0.8mm Thk.-12mm X 38mm X 5.0m Metal Furring Double 54 Pcs 3 End Moulding 40 Ln.m 4 Center Moulding 3 Ln.m 5 Pre-painted Fascia Cover 13 Ln.m 6 Rivets 2 Boxes 7 9 Pcs-2 X 3 X 8' 32 Bd.ft 8 12pcs -2 X 2 X 8' 32 Bd.ft 9 Assorted Cw Nails 2 Kg 10 Portland Cement 9 Bags 11 Sand 0.5 Cu.m 12 Gravel 1 Cu.m 13 Granite Tiles 176 Pcs 14 Portland Cement 21 Bags 15 Sand 2 Cu.m 16 Tile Grout 8 Packs 17 4" Thk Concrete Hollow Block 26 Pcs 18 Portland Cement 2 Bags 19 Sand 0.5 Cu.m 20 10mmø X 6.0m Std. Deform Bars 2 Packs 21 Metal Epoxy Paint 2 Qrt 22 Lacquer Thinner 2 Liters 23 Premium Acrylic Latex Primer 5 Gals 24 Premium Acrylic Latex Gloss 9 Gals 25 Power Putty 1 Gal 26 Tinting Color Latex 9 Pint 27 Sand Paper 5 Pcs 28 Paint Roller W/ Tray 2 Pcs 29 Paint Roller Foam 2 Pcs 30 4" Paint Brush 2 Pcs 31 Interior/exterior Wood Primer Paint 6 Gals 32 Qde Gloss Paint 8 Gals 33 Paint Thinner 4 Gals 34 4" Paint Brush 2 Pcs 35 Aluminum Fixed Glass 172 Sq.ft Approved Budget For The Contract: Php 251,640.00 Contract Duration Delivery Period: For Contractors Involving Delivery Of Goods: Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non- Discretionary " Pass/ Fail" Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference (s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents January 31-february 6, 2025 Until 5:00 Pm 2. Pre-bid Conference 3. Opening Of Bids February 7, 2025 @ 10:00am 4. Bid Evaluation Report 5. Post – Qualification Conference 6. Notice Of Award After The Approval Of Resolution Declaring Lcrb/scrb Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of P 500.00 To The Municipal Treasurer’s Office. The Local Government Unit Of Zamboanga Sibugay Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Local Government Unit Of Zamboanga Sibugay 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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Soon21 Feb 2025
Tender AmountRefer Documents 
Details: Naics 236220 – Commercial And Institutional Building Construction this Solicitation And Associated Information To Include Plans And Specifications Will Be Available Only From The Contract Opportunities Page At The Sam.gov Website. the 106th Rescue Wing Of The New York Air National Guard Intends To Issue An Invitation For Bid To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances And Supervision Necessary For The Construct Base Civil Engineering Complex At Westhampton Beach, Ny (suffolk County). This Project Is To Construct A 26,500 Square Foot New Building For Civil Engineering Squadron And The Contracting Office. in Addition To A Base Work Described Above, The Solicitation Will Include The Following Option Line Items: 1. Option 1 Clin 0002 Pavement, Roads, Parking, And Apron 2. Option 2 Clin 0003 Interior Finished Andspecialties At Bce Building 3. Option 3 Clin 0004 Pavements And Groundsbuilding 4. Option 4 Clin 0005 Grounds Buildingadditional 1,988 Sf the Contract Duration Is 545 Days After Notice To Proceed. This Project Is Set Aside 100% For Smallbusinesses. The North American Industry Classification (naics) Code Is 236220, With A Size Standard Of$45,000,000.00. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000. the Tentative Date For Issuing The Solicitation Is On-or-about 21 February 2025. The Tentative Date For Thepre-bid Conference/site Visit Is On-or-about 13 March 2025, 10:00 Am Eastern Standard Time, Location Will Be In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. All Questions For The Pre-bid Conference Must Be Submitted By 18 March 2025 Via Email To Msgt Sara Luna At Sara_margaret.luna.1@us.af.mil And Ms. Melissa Santoro At Melissa.santoro2.civ@army.mil. the Bid Opening Date Is Scheduled For On-or About 21 March 2025. Actual Dates And Times Will Beidentified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management(sam). To Register Go To Sam.gov. Instructions For Registering Are On The Web Page (there Is No Feefor Registration). the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov. your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations Onsubcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract In The Case Of A Contract For General Construction, It Willnot Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excludingthe Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarlysituated Entity Further Subcontracts Will Count Toward The 85 Percent Subcontract Amount That Cannot Beexceeded”. in Accordance With Far 36.211(b), The Following Information Is Provided: the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204. data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available But Will Be Compiled And Provided In Future Announcements. disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage Andthe Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issuedwill Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Methodof Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Websiteperiodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible, Due Tovarious Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For Anofferor’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Notissue Paper Copies.

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity. please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required. the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California. mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following: 1.1 Work Covered By Contract Documents a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes. b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents. c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment. d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions. e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors. A.this Contract: Upgrade Elevators f. Scope Of Contract Includes, But Is Not Limited To, The Following: A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors. B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms. C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract. D. Any Item That Is It Related Will Require Prior Fitara Approval. 1.2 Prime Contractor's Duties a.prime Contractor's Duties Include The Following: A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work. B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes. C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date. D. Give Required Notices. E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work. F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements. G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task. see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work. pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration. interested Bidders Must Be Registered In Www.sam.gov. the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+2Construction Material, Machinery and Tools
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Blanket Purchase Agreements (bpa) For Building And Maintenance Supplies. tracking Number: Ihs1503593 the Indian Health Service (ihs), Four Corners Regional Health Care Located In/at Teec Nos Pos, Arizona, Is Seeking Capable Sources For A Vendor To Provide An Assortment Of Building Supplies, Including Masonry Materials, Hardware, Various Types Of Filters, Painting Supplies, And Interior And Exterior Door Lock Systems. Additionally, The Facility Requires Drywall Supplies, Plumbing, Electrical, Heating And Cooling Supplies, Safety Equipment (ppe) And Janitorial And Cleaning Supplies On An As-needed Basis. the Anticipated Period Of Performance Is February 1, 2025 Through January 31, 2026. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332510 Hardware Manufacturing With A Small Business Size Standard Of 750 Employees. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 (deviation 2019-01) Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 16, 2025 At 10:00am Mst at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 332510 Hardware Manufacturing if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. fill Out The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice. point Of Contact: thomasina Willie, Thomasina.willie@ihs.gov place Of Performance: four Corners Regional Health Care, Jct Us Highway 160 & Navajo Route 35, Teec Nos Pos, Az 86514 this Is Not A Solicitation.

The City Government Of Baguio Tender

Automobiles and Auto Parts
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-208 Rebidding January 21, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Sixty (60) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Unit Sports Utility Vehicle 2,000,000.00 Engine Type: 4 Cylinder, In-line, 16-valve Dohc Variable Nozzle Turbo With Air-cooled Intercooler; Engine Displacement (cc): 2,393 Cc; Maximum Output (ps/rpm): 150/3,400; Maximum Torque (nm/rpm): 400/1,600-2,000; Fuel Type: Diesel; Transmission: 6-speed At; Interior: Driver Seat Type And Adjustment: 6-way Manual Adjust; Passenger Seat Type And Adjustment: 4-way Manual Adjust; Rear View Mirror: Day And Night; Audio System Type: 7 Inches Display Audio; Audio System Function: Am/fm/bluetooth/usb/voice Command; Audio System Speakers: Six (6); Air-conditioning System: Manual Control; Exterior: Headlamps: Bi-beam Led; Daytime Running Lights: Led; Function: Keyless Entry: With; Ignition Type: Rotary Type; Drive Mode Select: Eco + Power; Chasis: Front Brake/rear Brake: Ventilated Discs; Tires: 265/65 R17 Alloy; Suspension: Front: Double Wishbone, Rear: Multi-link; Safety And Security: With Blind Spot Monitor; With Rear Cross Traffic Alert; Srs Airbags: Driver + Front Passenger + Side + Curtain Shield + Knee; Anti-lock Brake System: With + Brake Assist + Ebd; Vehicle Stability Control: With + Traction Control; With Hill-start Assist Control; Led High Mount Stop Lamp; Camera: Reverse Camera; Clearance And Back Sonar: Front- 2, Rear-4; Color: Preferably White But If None, Any Available Color; With 3 Years Lto Registration Upon Release; Free Items: Floor Mat, Tint, Seat Cover, Set Of Tools, Early Warning Device, Free Labor On It's First 1,000 Kms And 5,000kms Check Up, Three Years Or 100,000 Kilometers Warranty Whichever Comes First. Bidder Should Be Authorized Distributor/dealer Of The Brand Of The Vehicle Offered. Must Have An Authorized Service Center Within The Blistt (baguio, La Trinidad, Itogon, Sablan, Tuba And Tublay) Area Please Indicate Brand Of Offer And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Bidders Must Possess A Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Motor Vehicles For Use Of Cvao Under Pr No. 523 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, February 14, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: State: Maine city: Houlton delineated Area: Within The Town Limits Of The Houlton, Me minimum Sq. Ft. (aboa): 5,941 Aboa Sf maximum Sq. Ft. (aboa):6,238 Aboa Sf space Type: Office And Warehouse parking Spaces (total): 28 Unreserved Parking Spaces parking Spaces (unreserved): 28 Unreserved Parking Spaces full Term: 15 Years firm Term: 10 Years additional Space Requirements: •shop Space: Storage Of Lumber, Metal, Building Supplies, Atv's, And Snowmobiles. Minimum Sq. Ft. (aboa): 4,685 Maximum Sq. Ft. (aboa): 4,919 warehouse Storage: Minimum 17 Ft Ceiling For Maintained Equipment (man-lift, Forklift, Two (2) Overhead Doors: 1-22x14, 1-16x14. minimum Sq. Ft. (aboa): 3,381 maximum Sq. Ft. (aboa): 3,978 • Offered Space Must Be Contiguous On A Single Floor Or Adjoining Floors (including Stacked Space). • Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square feet Offered, And Contact Information Of Authorized Representative. • All Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date • In Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission. • Reference Project Number: 4me0087 Offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Flood Plain. 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. ************************************************************************************************ the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Houlton, Me, 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, And Non-productive Agency Downtime. expressions Of Interest Must Be Received In Writing No Later Than The Due Date Stated In This Notice, And Should Include The Following Information At A Minimum: building Name And Address And Location Of The Available Space Within The Building. The Building Site/lot Plans, Interior Building Layout Drawings/pictures (with Dimensions Shown Preferably) Reflecting The Space That Is Being Offered. identification Of Public Transit Routes/stops Near The Property Offered. rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced. ansi/boma Office Area (aboa) Square Feet To Be Offered, And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount, If Any. date Of Space Availability. building Ownership Information. amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking (if Any). energy Efficiency And Renewable Energy Features Existing Within The Building. list Of Building Services Provided.

BUREAU OF LAND MANAGEMENT USA Tender

Civil And Construction...+1Road Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Gaoa Ringing Rocks Road Renovationthe Department Of Interior, Bureau Of Land Management (blm), Montana State Office Intends To Solicit Proposals For Road Maintenance Of Blm Road 5109 Ringing Rock And Adjacent Road And Trail. Realignment Of Road 5109 And Walking Trail Construction. Road Maintenance Includes Clearing And Grubbing (aka Brushing), Road Reconstruction, Road Widening, Dip Construction, Culvert Installation And Turnout Construction. Located In Jefferson County, Montana.blm Will Issue Solicitation Number 140l3625r0003 Via Https://sam.gov/content/opportunities, At The Link Provided In This Notice. This Project Will Use Supplemental Specifications To Fp-14. Please Review The Attachment For More Information. Pursuant To Part 15 And Part 36 Of The Federal Acquisition Regulations, Blm Intends To Issue A Request For Proposal (rfp) On Or Around 6 February 2025. The Estimated Price Range Of This Acquisition Is Between $500,000 And $1,000,000. Blm Anticipates Issuing The Rfp Under The Total Small Business Set-aside Program. The Applicable North American Industry Classification System (naics) Code Is 237310 And The Associated Small Business Size Standard Is $45.0 Million.a Single Contract Award Will Be Made To The Offeror That Submits A Proposal That Has Been Determined To Be The Best Value Based On The Tradeoff Procedures Within The Federal Acquisition Regulations. A Firm-fixed Priced Contract Is Contemplated. Offerors Will Submit Electronic Proposals As A Response To The Anticipated Solicitation.submission Requirements:potential Sources Are Invited To Submit A Response Via E-mail To Jalvarez@blm.gov No Later Than (1:00pm) (mst) On (30 January 2025).only Attach Ms Word/excel Compatible Files Or Adobe Acrobat Pdf Files In Electronic Correspondence. Telephonic Inquiries Will Not Be Considered.please Provide The Following Information:1. Company Name And Address2. Company Point Of Contact, Phone Number, And Email3. Cage Code Number And Unique Entity Id (sam) Number4. Naics Codes Associated With The Company5. Socio-economic Categories Associated With The Company (i.e., Sdb, Wosb, Vosb, Etc.)7. Identify If Your Company Has Any Current Gwacs I.e., Gsa Schedules, Nitaac, Sewp, Etc.8. Capabilities Statement9. After Reviewing The Specs And Drawings:a. Provide The Biggest Issues You Foresee During The Performance Of This Project.b. Errors That Need Corrections Before Solicitation.c. Any Other Concerns.for Further Information About The Requirement, Offerors Should Contact Jorge Alvarez Jalvarez@blm.gov, At (854) 500-1840.sam: Effective July 29, 2012, Any Contractor Interested In Doing Business With The Federal Government Must Register In The System For Award Management (sam) Database Prior To Award Of A Contract Or Agreement. Sam Is An Official Website Of The U.s. Government. There Is No Cost To Use Sam. You Can Use This Site For Free To:¿ register To Do Business With The U.s. Government;¿ update Or Renew Your Entity Registration;¿ check Status Of An Entity Registration;¿ search For Entity Registration And Exclusion Recordscontractors May Obtain Information On Registration And Annual Confirmation Requirements Via The Sam Website Accessed Through Https://www.sam.gov/sam/ Or By The Federal Service Desk At 1-866-606-8220.ipp: Payment Requests For The Anticipated Contract Must Be Submitted Electronically Through The U.s. Department Of The Treasury¿s Invoice Processing Platform (ipp). Ipp Is A Secure, Web-based Service That More Efficiently Managements Government Invoicing From Contract Through Payment Notification At No Charge To Federal Agencies And Their Vendors. The Ipp Website Address Is Https://www.ipp.gov/. The Contractor Must Use The Ipp Website To Register Access And Use Ipp For Submitted Request For Payment. Contractor Assistance With Enrollment Can Be Obtained By Contacting The Ipp Customer Support Team Via Email Ippcustomersupport@fiscal.treasury.gov Or Via Phone At 1-866-973-3131.if The Contractor Is Unable To Comply With The Requirements To Use Ipp For Submitting Invoices For Payment, The Contract Must Submit A Waiver Request In Writing To The Contracting Officer With Its Proposal.

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Modification #001 To Add The Sf-1449 Which Includes The Terms And Conditions As Well. All Other Remains The Same. the Indian Health Service (ihs), Albuquerque Area Office (aao) Santa Fe Indian Health Center (sfihc), Santa Clara Health Center (schc), And San Felipe Health Clinic Optometry Department Has A Requirement For Ophthalmic Equipment Service And Maintenance. this Is A Combined Synopsis For Indian Health Service (his) For Commercial Items Or Services Prepared In Accordance With Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. the Solicitation Number Is 75h70725q00037 And Is Issued As A Request For Quote (rfq), Unless Otherwise Indicated Herein. The Solicitation Document And Incorporated Provision And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811310 With A Business Size Standard $12.5. prospective Offerors Are Invited To Submit Quotes In Reference To The Solicitation Cited Above. The Quote Should Include The Following: 1. Complete Pricing Table (fillable Or Attached) 2. Past Performance 3. Signed Sf-1449 4. Signed Indian Economic Enterprise Representation Form (iee). set-aside: under The Buy Indian Act, 25 U.s.c. 47, Through The Transfer Of Authority From The Department Of Interior To Hhs, Offers Will Be Solicited From Indian Small Business Economic Enterprises (see Hhsar Subpart 326.6) That Are Also Small Business Concerns. If Ihs Does Not Receive Enough Competition And/or Reasonably Priced Offers From Isbee Set-aside, Ihs Will Then Evaluate Quotes And Consider For Award To Other Small Business Concerns. Any Acquisition Resulting From This 2-tier Cascading Set-aside Will Be As Follows: 1st Tier: Indian Small Business Economic Enterprises 2nd Tier: Other Small Business Concerns 3rd Tier: All Other Than Small Business only One Award Will Result From This Solicitation. destination Shall Be For The Following Albuquerque Area Indian Health Service Facilities: santa Fe Indian Health Center, Attn: Travis Snyder, 1700 Cerrillos Road, Santa Fe, Nm 87505 santa Clara Health Center, Attn: Travis Snyder, 400 State Rd. 30, Espanola, Nm 87532 san Felipe Health Clinic (sfhc), Attn: Travis Snyder, 4 Cedar Street, San Felipe Pueblo, Nm 87001. this Solicitation Will Result In A Single Award With A Base + Four (4) Option Periods From The Date Of Award Based On Satisfactory Performance Ratings. other Details sam Requirement - This Solicitation Requires Registration With The Sam.gov Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Can Be Found At Https://www.sam.gov. Vendor Must Have An Active Uei Number. invoicing – Invoices Submitted Under An Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payments Requests (feb 2022). payment – All Payments By The Government Under An Award Shall Be Made By Electronic Funds Transfer (eft), Per Far 52.232.33. quote Submission all Responsible Offerors That Respond To This Solicitation Must Submit Their Quotes By 02/03/2025, By Cob 12:30 P.m., (mst). The Quote Shall Be Sent Preferably By Email To: Patricia.trujillo@ihs.gov. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive. questions Submission: Interest Offerors Must Submit Any Questions Concerning This Solicitation At The Earliest Time Possible To Enable To Respond. Technical Questions Must Be Submitted By Email To Contracting Officer’s Representative (cor): Keith.adcock@ihs.gov, Or The Alternate Cor: Travis.snyder@ihs.gov, Five Days Prior To Closing Of The Solicitation. acquisition Questions Submission: Must Be Submitted By Email To: Patricia.trujillo@ihs.gov, Five Days Prior To Closing Of The Solicitation. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation Will Not Be Considered. gsa/fss Contract Holders – Provide Gsa/fss/va Or Other Gwac Contract Number, Only If Applicable.
2681-2690 of 3355 archived Tenders