Painting Tenders
Painting Tenders
Bridge And Roof Company India Limited Tender
Paints and Enamels
India
Closing Soon6 Feb 2025
Tender AmountRefer Documents
Description: Carrying Out Surface Preparation Supply And Application Of Primer Intermediate And Finish Paint On Steel Surfaces Of Structural Components Of 29 Nos Ms Storage Tanks At Hpcl 2g Ethanol Bio Refinery Bhatinda Punjab
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Details: Introduction:
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20 Anticipates
soliciting Proposals And Subsequently Awarding A Single, Firm-fixed-price Construction Contract
to Renovate The Interventional Radiology (ir) Lab Project At The Seattle Va Medical Center,
1660 S. Columbian Way, Seattle, Washington, 98108.
description:
the Contractor Shall Furnish All Supervision, Labor, And Materials To Completely Prepare The Site
for Building Operations, Including Demolition And Removal Of Existing Structures, Electrical,
painting, And Perform Other Work For The Renovation Of Approximately 937 Square Feet Of Existing
space In The Radiology Department To Renovate For The Ir Lab.
administrative:
the Solicitation Will Be Issued As A Request For Proposal (rfp) Conducted In Accordance With
far Parts 15, 19, And 36 And Will Be Evaluated In Accordance With The Procedures Listed In The
solicitation. The Solicitation Will Be Advertised As A Total Service-disabled Veteran-owned Small
business (sdvosb) Set-aside. Proposals Received From Other Than Sdvosb Concerns Will Not
be Considered. The Applicable Naics Code Is 236220 With A Size Standard Of $45 Million. The
solicitation Is Expected To Be Issued In Fy 2025. The Period Of Performance Is Approximately
250-calendar Days From The Issuance Of The Notice To Proceed. The Magnitude Of Construction
is Expected To Be Between $500,000 And $1,000,000.00. This Notice Is Not A Request For
competitive Offers. All Questions Must Be Submitted In Writing To The Issuing Office Via Email To
kenneth.winfield@va.gov By January 31, 2025, At 11:00 Am Pacific Time. Telephone Calls
will Not Be Accepted.
DEPT OF THE ARMY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Purpose: The Army Contracting Command (acc) New Jersey, Picatinny Arsenal, Nj 07806-5000 Is Conducting A Market Survey On Behalf Of The Joint Program Executive Office Armaments And Ammunition (jpeo A&a), The Project Manager Combat Ammunition Systems (pm Cas) Has A Need To Identify Potential Sources Capable Of Manufacturing The M776 155mm Cannon Tube Domestically In The Specific Quantities And Lead Time As Annotated Below. The Purpose Of This Market Research Is To Obtain Current Information On The Capability Of Additional Sources To Manufacture M776 155mm Cannon Tubes. description: The 155mm M776 Cannon Tube Is A Component Of The 155mm M777a2 Towed Howitzer, Which Is A Direct-support Cannon Fire Support System For The Army And Must Be Built To The United States Technical Data Specifications. This Sources Sought Is For Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation On The Part Of The Us Government. all Interested Vendors Are Requested To Provide A Written Response Summarizing The Following Information: name Of Company, Address, Telephone Number, Email Address, Technical Point Of Contact, Cage Code And Business Size Information (please Specify As Either A Large Business, Foreign-owned Business, Small Business, Small Disadvantaged Business, 8(a) Concern, Woman-owned Small Business, Historically Underutilized Business Zone Concern, Veteran-owned Small Business, Or Service-disabled Small Business). a Description Of The Vendor’s Manufacturing Experience Of The M776 Cannon Tube Or Similar Products Within The Last Ten (10) Years To Include Past Performance. a Description Of The Vendor’s Existing 155mm Cannon Production Process To Include All Major Manufacturing Stages And The Operations/equipment Utilized For Each. a Description Of The Vendors Current Maximum Monthly Capacity To Produce 155mm Cannon Tubes. a Description Of The Vendors Capability And Projected Available Capacity To Produce 155mm Cannon Tubes No Later Than (nlt) 36 Months From The Date Of This Sources Sought. However, The Usg Has A Need For An Additional Cannon Source As Soon As Possible And Schedule Will Be A Factor Into The Overall Risk Rating. a Description Of The Facilities, Equipment, Machines And Tooling Required (if Any) To Increase The Available Capacity To Produce 155mm Cannon Tubes To 10 Tubes Per Month Nlt 36 Months From The Date Of This Sources Sought. Description Should Include Not-to-exceed Rom For All Required Purchases. a Detailed Description Of The Vendor’s Cannon Tube Source Material Grade, Vendor(s) And Processing (i.e. Steel Making, Forging/preforms, Guide Bore, Heat Treat…etc). a Detailed Description Of The Vendors Bore And Outside Diameter Cold Working Capabilities To Include Autofrettage. a Detailed Description Of The Vendor’s Turning Boring And Milling Capabilities Along With The Size Capacity Or Each (length, Weight, Outer/inner Diameters). a Detailed Description Of The Vendor’s Rifling Capabilities To Include A General Description Of The Rifling Configuration (i.e. Number Of Lands, Grooves & Twist). a Detailed Description Of The Vendor’s Bore Coating Capabilities. a Detailed Description Of The Vendor’s Od Protective Coating And Painting Capabilities. a Detailed Description Of The Vendor’s Proof Firing Process. all Companies Interested In This Notice Must Be Registered In System For Award Management (sam). this Market Survey Is For Informational And Planning Purposes And Shall Not Be Construed As A Request For Proposal (rfp). Technical Data May Be Provided Upon Request For Information Only. To Receive The Technical Data, Contractors Are Required To Submit A Signed And Completed Dd Form 2345-militarily Critical Technical Data Agreement; Amsta-ar Form 1350-technical Data Request Questionnaire; And Non-disclosure Agreement (nda). if The Technical Data For This Effort Is Provided, A Certificate Of Destruction Form Shall Be Completed And Submitted Byanycontractor In Receipt Of The Technical Data, Upon This Source Sought Notice Closing. all Information Is To Be Submitted At No Cost Or Obligation To The Government. If A Formal Solicitation Is Generated At A Later Date, A Solicitation Notice Will Be Published. Please Identify Any Proprietary Information Submitted. All Information Provided Will Not Be Returned And Will Be Held In Confidential Status. all Market Information Sought In This Notification Must Be Provided Within 30 Days Of This Notice By Electronic Mail Only At No Cost To The Government. The Points Of Contact For This Requirement Are Megan Ross Via Email Megan.j.ross.civ@army.mil And/or Peter Snedeker Peter.t.snedeker.civ@army.mil, Acc-nj (division: Ccnj-ic), Bldg.10, Picatinny Arsenal, Nj 07806-5000. All Inquiries Shall Be Made Via Email Only. Telephone Inquiries Will Not Be Accepted.
Central Railway - CR Tender
Scraps
Ireps
India
Closing Date27 Feb 2025
Tender AmountRefer Documents
Description: Scrap And Unserviceable Condemned Bajaj Made Gc Max Three Wheeler Auto With M&p No 48, Mh -12-gt-7744, And Chassis No Md2alalzzuwg03396, Without Battery And Tyres Total Lot Qty: 01 No. *remarks: 1. Approach Road Available 2. There Is Scrap And Unserviceable Condemned Bajaj Make Gc Max Three Wheeler Auto With M&p No 48, Mh -12-gt- 7744 And Chassis No Md2alalzzuwg03396 With Or Without Battery, Tyres. 3. The Stockholder Is Responsible For The Assessment & Valuation Of Material On A Basis Subject To Any Variation During The Delivery By Actual Payment. 4. The Weight Has Been Assessed On Approximate Basis Subject To Any Variation During Delivery By Actual Unit Basis If Any. 5. No/similar And Other Type Of Material Is Lying Near The Lot. Sse/c&w/frt/mrj Has Assured To Remove The Extra Material Laying Near The Lot Or Side Assets. 6. The Quantity Physically Available. The Lot No & Measurement Has Been/bring Painted By The Stock Holder 7. The Lots Are Ok/net Ok For Auction Sale. 8. The Stock Holder Is Responsible For Any Alteration, Addition, Deletion & Variation In The Lot After Joint Inspection, If Any Found Subsequently 9. The Items Marked As Nfs (not For Sale) Will Not Be Delivered To The Purchaser Certified That No Unverified Material Is Lying Bear The Lot 10. Rc Book Available. 11. The Gas Cutting May Be Allowed For Easy Loading In The Truck 12. The Delivery Of The Lot Will Be On A Number Count Basis Only. 13. Bidders/purchasers Are Requested To Inspect & Clarify The Lot Material Personally Before Bidding. Location: Sse/c&w/frt Mrj Office Opposite To Bpcl Miraj - 416410
FOREST SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Mof Fr911 Holcombe Creek Deck Replacement And Superstructure Painting.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Soon3 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6. if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00. the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other. projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order. all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas: the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents. design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments. designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat. projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements. although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development. capability Statement all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement. the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address. 2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities. 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above. please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns. the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms. this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025. please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
ARCHITECT OF THE CAPITOL USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date1 May 2025
Tender AmountRefer Documents
Description: A. The Multiple Award Construction Contract (macc) Is A Multiple Award, Competitive Indefinite-delivery Indefinite-quantity (idiq) Construction Acquisition Based On A General Statement Of Work Further Defined With Individual Task Orders. Work To Be Performed Under The Macc Include A Variety Of Projects Including, But Not Limited To, Maintenance, Repair, Alteration, Mechanical, Electrical, Heating/air Conditioning, Demolition, Painting, Paving, Earthwork And Historical Preservation/restoration Within The United States Capitol Complex And Outlying Sites. Outlying Sites Include Off-site Facilities In The District Of Columbia And In Virginia And Maryland Such As Climate Control Book Storage Facilities, Data Centers, Security Training Facilities, Child Care Centers And Mail Facilities. Work May Involve Design/build Projects As Well As New Construction Of Buildings Or Facilities To Include Some Or All The Above Elements Of Work. b. This Is A Full And Open, Competitive Acquisition. The Government Intends To Award Up To Five (5) Responsive, Responsible Offerors. c. Guaranteed Contract Minimum Is $1,000.00. The Total Aggregate Maximum Amount Expendable Under The Entire Macc Is $250,000,000. See 52.216-19 Order Limitations (oct 1995) For Individual Task Order Limits. d. This Rfp Is To Onboard Contractors To An Existing Macc Idiq, Which Is As Of 12/2/2024 In Option Year 3, Which Ends On 2/28/2025, Contractors Will Be Onboarded Within Option Year 4, There Are 7 Option Years Within The Existing Macc Idiq. e. Sections K, L And M Will Be Physically Removed From Any Resultant Award, But Will Be Deemed To Be Incorporated By Reference In The Award. f. Wage Determinations: All Davis Bacon Wage Rates Will Be Specific To Each Subsequent Task Order Under This Contract. see Section J Attachments For Details. amendment 01, 12/16/2024: the Purpose Of This Amendment Is To: 1. Incorporate Attachment 18 "pre-proposal Conference Attendees List" 2. Incorporate Attachment 19 "macc On-boarding Pre-proposal Conference Powerpoint" 3. Incorporate Attachment 20 "on-boarding Rfp Rfis And Answers"
4201-4210 of 4788 active Tenders