Security Guard Tenders
Texas Comptroller Of Public Accounts - TCPA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date24 Jun 2025
Tender AmountRefer Documents
Details: Hhsc Pcs Is Seekingcompetitive Bids To Establish Contract(s) For Multiple Building Repairs At Thetexas Center For Infectious Disease. Mandatoryon-site Visit Hhsc Will Conduct Two(2) Mandatory On-site Visits At Thelocation Specified Below On The Date And Time Identified In The Procurementschedule (cover Page Of This Ifb) Or On The Date And Time Established Insubsequent Addenda. The On-site Visitwill Include A Review Of The Ifb Requirements As Well As A Walk-through Of Thefacility. Attendance At One (1) On-site Visit Ismandatory. Failure To Attend In Person Will Result In The Disqualification Of Abidder. Bidders Not Listed On The Attendance Log Will Not Be Permitted Tosubmit A Response. Location For On-site Visit: Texas Center For Infectious Disease 2303se Military Drive, San Antonio, Texas 78223 Onsitecontact: Julian Hernandez, Julian.hernandez@hhs.texas.gov ; Amanda Gonzalez, Amanda.gonzalez4@dshs.texas.gov Biddersmust Notify The On-site Contact Listed Above Regarding Attendance. On-sitevisit Instructions: The Contractor Shall Stop And Sign In At The Guard Shack.security Will Notify Maintenance Staff Of Your Arrival. A Maintenance Staffmember Will Meet You And Escort You To The Desired Location. Procurement Schedule - All Times Are Central Time Reference Section 2 For Further Information Ifb Date Posted To Esbd May 21, 2025 Mandatory On-site Visit June 3, 2025, 2:00 Pm June 5, 2025, 9:00 Am Questions Or Clarifications Submission Deadline June 9, 2025, 5:00 Pm Responses To Questions Or Clarifications - Addendum Posted On The Esbd June 12, 2025 Courtesy Review Of Hub Subcontracting Plan (hsp) Submission Deadline June 13, 2025 Response Deadline: Responses To This Ifb Must Be Received June 24, 2025, 10:30 Am Anticipated Contract Start Date Upon Award
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Closing Date21 May 2025
Tender AmountPHP 323.5 K (USD 5.6 K)
Details: Description 1.the Department Of Agrarian Reform Provincial Office Of North Cotabato, Intends To Apply The Sum Of P 323,501.94 Being The Abc To Payments Under The Contract Of The Following Line Item, To Wit: Item No. Project Title Abc 1 Security Services (3 Guards For 6 Months) July –december 2025 323,501.94 Total Amount Of Abc 323,501.94 2.bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 3.the Department Of Agrarian Reform Provincial Office Of Cotabato (north) Now Invites Bids For The Provision Of Security Services-dar Provincial Office Fy 2025. Delivery Of The Goods Is Required Within After Issuance Of The Contract. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5.prospective Bidders May Obtain Further Information From Department Of Agrarian Reform Provincial Office Of Cotabato (north), Apo Sandawa Homes, Phase 3, Singao Road, Poblacion, Kidapawan City And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Mondays To Fridays. 6.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 14 To May 21, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before May 22, 2025, 10:00 In The Morning. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On May 23, 2025, 2:00 Pm Via Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Department Of Agrarian Reform Provincial Office Of Cotabato (north) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Department Of Public Works And Highways Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date6 May 2025
Tender AmountPHP 927.6 K (USD 16.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Butuan City District Engineering Office Regional Office Xiii R. Palma Street, Butuan City Tel Nos. 342-5331 Fax No. 225-2022 Name Of Procuring Entity : Dpwh-bcdeo Request For Quotation (p.r. No.) : 2025-02-0002 Revised On : Date : Standard Form/title : Request For Quotation Office /end-user : Hras Company Name : Page No. : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The Terms And Condition Stated Below And Submit Your Quotation Duly Signed By Your Representative In Original (email And Fax Rfq Will Not Be Accepted) Not Later Than __2:00__ P.m. Of _____05/06/2025_____ In A Sealed Envelope, To The Bac Secretariat For Goods, Butuan City District Engineering Office, R. Palma Street, Butuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. "rolito P. Pancito Engineer Iii Bac- Chairperson" 2. Delivery Period Within Thirty (30) Cal. Days Upon Receipt Of The Approved Funded Purchase Order (po) Administrative Penalties Pursuant To Sec.69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non -delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One (1) Year For Equipment; Three (3) Years For It Equipment From Date Of Acceptance By The End User. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Certified True Copy Of Philgeps Registration No./mayor's Permit/dti Shall Be Attached Upon Submission Of The Quotation. 1st Extension : 6. Certified True Copy Of Income/business Tax Return Shall Be Attached If Abc Is Above Php500k. 2nd Extension : 7. Certified True Copy Of Tax Clearance Shall Be Attached If Abc Is Below Php 500k. 3rd Extension : 8. Notarized Omnibus Sworn Of Statement Shall Be Attached If Abc Is Above Php50k. 9. Bidders Shall Submit Original Brochures Showing Certifications Of The Product. 10. Please Indicate The Brand For Each Items Being Offered. 11. The Approved Budget Ceiling For This Procurement Is Php 927,683.94 Item No. Items And Description Qty. Unit Unit Price Total Price 1 Security Services 3 Guards 1 (one) Year Services With The Folllowing Requirments; 9mm Pistol 12 Ga Shotgun With Basic Load Ammunition , Nightstick (batuta), First Aid Kit, Hand Cuffs , Flashlight, Logbook, Metal Detector , Handheld Radio And With Benefits Mandated By Law *nothing Follows* Purpose: For Use In The Security Services At Dpwh-maintenance Warehouse. Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Item (s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Term And Conditions Specified By Dpwh. "tel. No.: 342-5331 Local 846-05" Telefax No.: (085) - 225-2022 Printed Name / Signature / Date Tel. No. / Cellphone No. / E-mail Address
STATE, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: This Is Not A Request For Proposals/quotes - This Is A Sources Sought Notice/request For Information, And Information Submitted Will Be Used For Market Research Purposes Only. description: this Sources Sought/request For Information (rfi) Is For Information, Planning And Market Research Purposes Only And Shall Not Be Construed As Either A Solicitation Or Obligation On The Part Of The United States Department Of State (“state”). The Purpose Of This Rfi Is To Identify All Interested Vendors That Are Capable Of Providing The Services Described In This Rfi. The Department Of State Is Also Conducting Market Research To Determine The Degree Of Interest And Capability By Small Businesses In Providing Local Guard Services At The U.s. Mission Canada. state Will Use This Market Research Information To Assess The Market's Capability To Successfully Meet State’s Need For Local Guard Services At The U.s. Mission Canada. State Does Not Intend To Make A Decision Or Award A Contract On The Basis Of Responses Nor Otherwise Reimburse Interested Sources For The Preparation Of Any Information Submitted For State's Use Of Such Information. State Reserves The Right To Contact Vendors If Additional Information Is Required. locations: ottawa; halifax; winnipeg; toronto; montreal; quebec; vancouver; And calgary. overview: the Department Of State, Bureau Of Diplomatic Security Plays An Essential Role In Ensuring That Foreign Policy Missions Are Accomplished In A Safe And Secure Environment. The Primary Mission Of The Local Guard Service Is To Provide Protection For United States Personnel, Facilities, And Equipment From Damage Or Loss Due To Violent Attack And Theft. The Local Guard Services Shall Prevent Unauthorized Access; Protect Life; Maintain Order; Deter Criminal And Terrorist Attacks Against Employees, Dependents, And Property; And Prevent Damage To All U.s. Assets. The Naics Code For These Services Is 561612. responses Must Clearly Demonstrate Capabilities Through Examples Of Previous And/or Current Guard Security Contracts Or Experience Closely Related Thereto. vendors Must Specifically Address The Following Capabilities: current Licenses, Work Authorizations In Compliance With Host Country Law Required For The Execution Of Work. knowledge Of And Compliance With Host Country Labor Law Which May Require Bonuses, Specific Minimum Wage Levels, Premium Pay For Holidays, Payments For Social Security, Pensions, Severance Pay, Sick Or Health Benefits, Childcare Or Any Other Benefits knowledge Of And Compliance With Host Country Tax Law ability To Provide All Types Of Insurance Coverage Required By Host Country In Performance Of Services, Such As Automobile Liability, Comprehensive General Liability, Worker’s Compensation, Employer’s Liability, Etc. furnishing, Operating, And Maintaining A Radio Network, Including Acquiring All Licenses And Permits That May Be Required For Frequencies And The Operation Of All Communications Equipment familiarity Or Experience With Associated Security Equipment Such As Guard Electronic Monitoring System (gems), Central Alarm Monitoring Systems (cams), Closed-circuit Television Systems, X-ray And Explosive Detection Equipment furnishing Guard Force Equipment Such As Uniforms And Vehicles ability To Overcome Language Barriers capability Of Instructing, Providing, And Qualifying Personnel In The Use Of X-ray Equipment And Radio Equipment. ability To Maintain A Guard Staff On A 24-hour, 7-day A Week Basis With The Ability To Immediately Backfill Vacant Positions Due To Resignations, Rotations And Illnesses Due To A Variety Of Reasons Such As Flu And Food Poisoning capability Of Dealing With Organized Actions By Direct Labor Personnel Such As Strikes (anticipated And Unanticipated) And Labor Unrest (work Slowdowns And/or Organized Failure Of Employees To Report For Shift Changes) ability To Hire, Train And Retain, Including English Language Training, Of A Guard Staff Consisting Of Host Country Nationals ability To Provide Trained Equipment Technicians For All Vehicles And Radios In The Performance Of The Contract ability To Train A Sizeable Workforce To Adapt Quickly To Unfamiliar Laws And Customs As Well As The Ability Of Company Officials To Gain Quickly Information Regarding The Laws And Customs Needed To Maintain And Equip Such A Workforce experience Or Capability Of Getting Contractor-furnished Equipment And Goods Through Customs And/or Similar Governmental Agencies Of The Host Country understanding Import And Export Regulations understanding And Familiarity Of The Arms Export Control Act (aeca) And International Traffic In Arms Regulation (itar) And The Capability Of Complying With Both By The Performance Date Of Any Contract Awarded Requiring The Execution Of This Statute (22 U.s.c. 2778-2780) managing Smooth Contract Transition Efforts, And Ability To Stand-up The New Contract Within The Estimated 90 Calendar Days ability To Safely Keep And Track Government-furnished Property ability To Screen Personnel To Meet Suitability Requirements For Guard Force Positions strong Skill In Instant, Situational Decision-making, E.g., Response To Threats organized Billing And Invoicing Procedures, And Understanding Of Mylgp, A Government Database To Track Schedules. attachments: 1. Contractor Information Form And Questionnaire– Interested Contractors Must Complete The Attached Response Sheet And Submit With Their Rfi Submission. it Is Requested That All Interested Contractors Submit Their Capabilities By E-mail To Kenneth P. Bailey At Baileykp@state.gov Addressing Each Of The Above Requirements By 13:00 Est, March 25, 2025. Interested Parties Shall Also Complete The Attached Contractor Information Sheet. if You Have Any Questions Or Comments, Please Reference This Sources Sought Notice When Emailing. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quote/proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The U.s. Department Of State Does Not Guarantee That Any Future Contracts May Be Awarded Covering The Aforementioned Duties And Responses To This Sources Sought Notice Do Not Bind The U.s. Department Of State To Any Agreement With The Responder, Be It Explicit Or Implied.
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date14 Apr 2025
Tender AmountRefer Documents
Details: Request For Information special Purpose Craft – Boarding Team Delivery Ii (spc-btd Ii) Maintenance synopsis: the United States Coast Guard (uscg) Is Seeking Information From Potential Offerors Who Are Interested In, And Capable Of Providing Repair, Maintenance And Upgrade Support Services For The Naval Special Warfare (nsw) 11 Meter (11m) Rigid Inflatable Boats (ribs).u. S. Coast Guard Maritime Security Response Teams (msrt) Utilize 11 Meter (11m) Special Purpose Craft – Boarding Team Delivery Ii (spc-btd Ii) And 33’special Purpose Craft – Law Enforcement (spc-le) Boats As Part Of The Operational Resources. The Spc-btd Ii And Spc-les Require Periodic Maintenance As Well As Design Upgrades To Improve Performance And Extend Usable Life Of The Boats And Associated Equipment. The Repairs And Maintenance Will Be Performed In Two (2) Geographical Locations, Both The West Coast And East Coast. this Rfi Seeks Information And Capabilties Of Potential Offerors That Have The Capacity To Perform This Required Service In Either Or Both Geographical Regions, Note, You Are Not Required To Provide Servies In Both Locations. Additionally, One Location Or Another Location And Both Locations Are Sufficient. Please Provide The Following Information: tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation To Support Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Capability Statements Shall Address, At A Minimum, The Following Items: can Or Has Your Company Managed A Similar Task Of This Nature? If So, Please Provide Details. what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement? what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Tasks? what Is Your Company’s Size And Socio-economic Status? will This Company Likely Be Able To Provide Support In One Geographical Region, Or Both. If One, Which Region? any Questions, Suggestions Or Feeback On The Nature Of This Requirement. responses To This Rfi Shall Be Submitted To Miranda.v.smith@uscg.mil And Carbon Copy Adam Petty At Adam.f. Petty1@uscg.mil By Email No Later Than April 14, 2025 At 11:00am. Est. this Special Notice Is For Market Research And Planning Purposes Only. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government To Award A Contract From Responses To This Announcement. Any Information Submitted By Interested Parties Is Strictly Voluntary And No Monetary Compensation Will Be Provided For Response Preparation.
Municipality Of Isabela, Negros Occidental Tender
Security and Emergency Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 29.6 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of One Million Six Hundred Eighty Four Thousand Eight Hundred Sixty Six Pesos And 48/100 (php 1,684,866.48) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Delivery Of The Goods Required Is Eleven (11) Months. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 28, 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 28, 2025 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipality Of Isabela 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. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Security Services (6 Guards Per Month) For The Months Of February 2025 To December 2025
Civil Service Commission Tender
Housekeeping Services
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 335 K (USD 5.8 K)
Details: Description Janitorial Services For Csc Ro V Building And Its Premises Located At Rawis, Legazpi City With A Total Area Of 1,456 Sq. M. More Or Less. Must Comply With The Schedule Of Requirements ""annex A"" And Technical Specification ""annex B""" 1 Lot Schedule Of Requirements Janitorial Services For Csc Ro V Building And Its Premises Located At Rawis, Legazpi City With A Total Area Of 1,456 Sq. M. More Or Less. Duly Licensed Under Dole Do No. 18-a Series Of 2011 1 Lot 1 Lot "1 August 2025 To 31 December 2025 Note: All Bid Prices For A Duration Of Three (3) Years Shall Be Fixed And Shall Not Be Adjusted During The Contract Implementation, Except For The Following: 1. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After The Date Of Bidding; And 2. Increase In Taxes; Philhealth And Pag-ibig Premiums." " -shall Provide Three (3) Manpower (multi-skilled), One (1) Female And Two (2) Males, Aged 23 To 50 Years, With At Least 3-years Experience As Janitor/utility Worker, And Have Attended At Least 16hrs Training Relative To Janitorial Services; -shall Provide Cleaning Equipment And Tools Such As Scrubber, Vacuum Cleaner With Attachments, Mops Squeezers, Glass Cleaner, Toilet Brush, Toilet Bowl Pumice Stone Cleaner Brush, Window Cleaning Squeegee, Heavy Duty Plastic Trash Bin 20l With Step Foot Pedal, Cleaning Signs And Stickers For Safety, Water Sprinkler, Heavy Duty Garden Grass Tree Scissor; "- Shall Provide Janitorial Supplies Per Month For Five (5) Months: - 5 Pcs Scented Gel Air Freshener (lavander, Lemon, Orange) - 200 Pcs 2 Ply Bathroom Tissue - 3 Pcs Interfolded Paper Towel - 15 Pcs Deodorizer With Holder 100g (albatros-lemon, Melon, Sampaguita) - 1 Pc Wood Furniture Polish - 5 Canister Toilet/scouring Cleanser Powder 500g - 10 Packs Blue Toilet Bowl Cleaner Tablets/stain Remover (10pcs/pack) - 3 Pcs Home Mat, Non Slip Mat ""welcome"" Rubber Rag 40cm X 60cm - 5 Pcs High Quality Absorbent Disinfecting Foot Mat, Non Slip/rug Disinfectant Mat (blue & Red) 39cm X 59cm X 1cm - 10 Pcs Microfibre Cleaning Cloth - 2 Gallon Dishwashing Liquid Soap - 2 Pcs Silicon Scrubber Gloves - 2 Pcs Heavy Duty Soft Broom - 3 Pcs Heavy Duty Hard Broom - 3 Pcs Heavy Duty Dust Pan - 2 Pcs Disinfecting Liquid Bleach 4l - 9 Pcs Cotton Cloth Door Mat, Rectangular - 5 Pcs Dishwashing Sponge - 3 Packs Detergent Powder 1kg - 1 Gallon Alcohol 70% Isopropyl/ethyl - 50 Pcs Trash Bag/bin Bags L&xl - 2 Liter Antibacterial Liquid Hand Soaps; -shall Provide Ten (10) Ornamental Plants, Both Outdoor And Indoor (big Plants), On A Quarterly Basis; -it Must Have An Established Branch/field Office In Albay, Preferably In Legazpi City. -company Must Have At Least Five (5) Years’ Experience In Undertaking Janitorial Services With Key Personnel And Equipment Either Owned, Leased Or Purchase;" "-utility Workers Should Have Five (5) Uniforms Bearing The Seal/logo Of The Company, Preferably Polo & Pants With Rubber Shoes; -utility Worker With Long Hair Should Wear Hair Net; -shall Submit A Copy Of The Resume/biodata And Relevant Training Certificates Of Its Utility Workers." Technical Specifications I. Objective The Civil Service Commission Regional Office V With Office And Postal Address At Rawis, Legazpi City Needs Services Of A Duly Licensed, Eligible, And Qualified Company Engaged In Janitorial Services. Ii. Scope Of Services The Winning Bidder Whose Main Responsibility Is The Maintenance Of The Cleanliness Of Csc Ro V Three-storey Building, Its Two-storey Annex Building, And Premises With A Total Area Of 1,456 Square Meters, More Or Less, Shall Provide Janitorial Services To The Csc Ro V, Rawis Legazpi City. In Addition, And More Specifically, Said Contractor Shall Perform And Observe The Following: 1. Daily Routine Operations: A) Sweeping, Mopping, And Spot Scrubbing Of All Floor Areas Most Often Used Such As The Lobby, Comfort Rooms, Stairs, And Waiting Areas. These Shall Be Serviced Continuously During Regular Office Hours To Guarantee Cleanliness At All Times; B) Sanitizing Of Toilets Washrooms, Kitchen Tiles, Regular Upkeep Of The Pantry/kitchen Areas, Including Dishwashing. Comfort Rooms Located In The Assigned Areas Shall Be Continuously Supplied With Water; C) Disinfection, Dusting And Cleaning Of All Office Chairs, Tables, Furniture, Office Equipment, Telephones And Other Communication Equipment, And Counters; D) Dusting And Cleaning Of All Glass Tops, Inside Portion Of Windows, Window Grills, Venetian Blinds, And Partitions Which Require Daily Attention; E) Cleaning Of Trash Cans Or Receptacles; F) Disposal Of Trash From The Confines Of The Building Up To The Garbage Landfill In Accordance With Proper Waste Management Rules And Regulations; G) Watering And Maintenance Of Plants To Guarantee Their Freshness And Growth; H) Trimming And Cultivating Of Plants To Preserve The Desired Shapes; I) Report Damaged Windows And Doors As Well As Defective Plumbing And Lighting For The Immediate Repair/replacement Of The Csc Ro V ; And J) Disinfection Of Frequently Touched Or Used Surfaces Such As Door Handles, Biometric Machine, Hand Railings, Switches, And The Like. 2. Weekly Routine Operations: A) General Cleaning, I.e. Washing, Scrubbing, Mopping Of Floor Areas Of All Buildings Within The Premises; B) Cleaning Of Windows And Doors; C) Cleaning Of Lawn Including The Areas Outside The Fence; D) Replanting Of Ornamental Plants When The Need Arises; E) Washing Of Venetian Blinds, Cleaning Of Ceiling, Furniture And Fixtures; F) Cleaning The Gutters Of The Csc Ro V Building; And G) Vacuum Cleaning Of Furniture. 3. Monthly Operations: A) Planting And Replanting Of Decorative And Other Plants Whenever Necessary; B) Cleaning Of Water Tank; And C) Cultivating And Cleaning Plants Found Around The Csc Ro V Perimeter Fence. 4. Other Errands/tasks That May Be Assigned. Iii. Conditions: 1. The Utility Workers To Be Provided By The Contractor Shall Perform Work In Accordance With The Schedule Provided By The Csc Ro V; 2. The Contractor Shall Provide Labor, Necessary Cleaning Equipment And Tools Such As Vacuum Cleaners Complete With Attachments, Mops Squeezers, Rugs, Dust Pan, Hard And Soft Brooms, And Other Analogous Materials. 3. The Contractor Shall Provide Janitorial Supplies Such As Pumice Stone, Toilet Cleansers, Disinfectants, Furniture Polish, Soaps For Cleaning, Deodorant Cakes, Air Fresheners, Tissue Papers, Hand Soaps, Alcohols, Dishwashing Liquids, Dishwashing Sponge, Detergent Powders, Scouring Pad, Flat Weave Rugs And The Like For Seven (7) Months; 3. The Contractor Shall Monthly Monitor, Through Its Authorized Representative, The Status Of Janitorial Supplies And Ensure The Availability Of Supplies Intended For The Succeeding Month, Every Last Working Day Of The Month; 4. The Contractor Shall Provide Ornamental Plants For Indoor And Outdoor On A Quarterly Basis; 5. The Contractor Shall Likewise Report To The Csc Ro V, Through Its Authorized Representative, Three (3) Times In A Work Week For At Least One (1) Hour And Every Saturday For At Least Two (2) Hours For The Inspection Of The Client's Building And Premises Ensuring That Its Daily Routine, Weekly Periodic And Monthly Operations Are Performed Efficiently And Provide Feedback To The Msd Chief On The Weekly Inspection Conducted; 6. The Contract Will Not Create An Employer-employee Relationship Between The Csc Ro V And The Utility Workers. The Services Rendered Will Not Be Considered As Government Service And The Utility Workers Will Not Be Entitled To Benefits Enjoyed By The Regular Personnel Of Csc Ro V; 7. The Period Of The Services Under The Contract Shall Start On The Date Specified In The Notice To Proceed And Shall End After 5 Months. Termination Of The Contract Shall Be Subject To The Provisions Of The Implementing Rules And Regulation Of R.a. 12009 Or The New Government Procurement Act (ngpa); 8. The Contractor Shall Assign Three (3) Multi-skilled Utility Workers (one (1) Female And Two (2) Males, Aged 23 To 50 Years, With At Least 3-years’ Experience As Janitor/utility Worker, And Have Attended At Least 16hrs Training Relative To Janitorial Services) To The Csc Ro V To Perform The Services As Specified Hereof, Wearing An Appropriate Utility Uniform During Their Duty; 9. The Contractor Shall Comply With And Strictly Observe All Laws Regarding Worker's Health And Safety Worker's Welfare, Compensation To Injuries, Minimum Wages, Hours Of Labor And Other Labor Laws; 10. The Assigned Utility Workers Shall Be Required To Render Services For Six (6) Days A Week And At Least Eight (8) Hours A Day; Provided, The Csc Ro V Shall Prescribe The Schedule Of Such Services So As Not To Unduly Disrupt The Operation Of The Offices. The Contractor’s Utility Workers Shall Not Be Allowed To Stay Overnight At The Csc Ro V Building; 11. No Work Shall Be Required During Legal And Special Public Non-working Holidays, But The Contractor May Be Requested To Perform Services Should Exigency Of The Service Arise; 12. The Contractor Agrees To Furnish The Csc Ro V With Able, Healthy, Professionally Trained, Carefully Selected, And Uniformed Personnel And Be Subject To Security Check By Security Guards When Coming In And Leaving The Premises; 13. The Csc Ro V May, Direct The Contractor To Retain/replace The Assigned Utility Workers; 14. The Contractor Must Assign Permanent Reliever/s In The Absence Of The Assigned Utility Worker/s; 15. The Contractor Shall Answer For Any Damage Or Loss Which May Occur Within The Office Premises Arising From The Negligence Of The Utility Worker/s; 16. No Modification Of The Contract Shall Be Made Except In Writing Signed By The Csc Ro V And The Contractor; And 17. The Contractor Shall Not Assign, Transfer, Pledge, Or Make Other Dispositions Of The Contract Or Any Part Thereof, Except With The Prior Written Consent Of The Csc Ro V. 18. The Contractor Shall Be Subject To Performance Evaluation By The Contractee After The Completion Of The Contract.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents
Details: Market Survey For District Headquarters Relocation Security a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately. project Location: 220 West Main Street Louisville, Ky 40202 project Description: The Contractor Shall Provide Unarmed On-site Guard Facility Security Operations And Access Control At 220 West Main Street, Louisville, Ky During The Hours Of 0600-1800, Monday-friday. contract Duration Is Estimated At 1,825 Calendar Days (5 Years). The Estimated Cost Range Is Between $1,000,000 To $5,000,000 (far 36.204 & Dfars 236.204). Naics Code Is 561612. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email To Ethan.s.phillips@usace.army.mil By Monday, March 03, 2025 By 11:00 Am Eastern Time. responses Should Include: identification And Verification Of The Company’s Small Business Status. contractor’s Unique Entity Identifier (uei) And Cage Code. documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. description Of Experience – Provide Descriptions Your Firm’s Past Experience On Up To Three (3) Projects With Greater Than 95% Construction Complete, Or Those Projects Completed Within The Last Five Years Which Are Similar To This Project In Size, And Scope. Provide Documentation Demonstrating Experience For Similar Type Of Work And Managing Multiple Sub-contractors. Demonstrate Experience Including Self-performing 15% Of The Work. Provide Documentation Demonstrating Experience For Projects Of Similar Type Projects. Each Project Must Include The Name, Title, Project Role, E-mail Address, And Telephone Number Of At Least One Reference. References May Be Used To Verify Project Size, Scope, Dollar Value, Percentages And Quality Of Performance. projects Similar In Scope To This Project Include: on-site Guard Facility Security Operations And Access Control During Business Hours In The Lobby Of An Office Space issuing Visitor Passes ensures That Personnel Have Proper Identification To Enter The Building projects Similar In Size To This Project Include: screening Roughly 700 Employees Daily. based On Definitions Above, For Each Project Submitted Include: current Percentage Of Work Complete And The Date When It Was Or Will Be Completed. size Of The Project scope Of The Project the Dollar Value Of The Contract the Percentage Of Work That Was Self-performed small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. note: Total Submittal Package Shall Be No Longer Than 10 Pages. Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed. email Responses And Any Questions To Ethan Phillips At Ethan.s.phillips@usace.army.mil. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date5 May 2025
Tender AmountRefer Documents
Description: Technical Services
uscgc Alex Haley (wmec-282) - Z12204
evaluation And Repair Fan Unit(s)
1. Objective. The Objective Of This Document Sets Forth The Receipt, Disassembly, Inspections,
condition/test Reports, Overhaul/repair, Reassembly, Testing, Preservation, Packaging, Packing, And
marking Of Navy Standard Fan Unit(s) Used On The U.s. Coast Guard Cutter Alex Haley.
2. References. For Any Listed References To Be Distributed, The Contractor Must Be Registered In The Joint
certification Program (jcp) Through Defense Logistics Agency (dla) And Provide Your Jcp Number
and Expiration Date To The Listed Point Of Contact (poc) For This Work.
2 .1. Specification Order Of Precedence. In The Event Of A Conflict Between The Text Of This Specification
and The References Cited Herein, The Text Of This Specification Shall Take Precedence. Nothing In This
specification, However, Supersedes Applicable Laws And Regulations Unless A Specific Ex Emption
has Been Obtained.
2.2. Government Documents. The Following Specifications And Standards Form A Part Of This
specification To The Extent Specified Herein. Unless Otherwise Specified, The Documents Listed Here
by Number And Date Shall Be Those In The Current Department Of Defense Single Stock Point Of
specification And Standards (dodssp) And Supplements Thereto.
2.2.1.naval Ships Technical Manual (nstm), S9512-a3-mma-010, Chapter 512, Fan,
vaneaxial And Tubeaxial, 1987
2.2.2.federal Standard, Fed-std-595c, Dated 07/31/2008, Colors Used In Government
procurement
2.3. United States Coast Guard Drawings And Publications. The Following Specifications And
standards Form A Part Of This Specification To The Extent Specified Herein.
2.3.1.united States Coast Guard Commandant Instruction (comdtinst) M10360.3 (series),
coatings And Color Manual
2.3.2.united States Coast Guard Technical Manual Tp: 7148-512-a, Dated08/24/2007, Standard
xa Vaneaxial Fan
2.3.3.surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022,
general Requirements
2.3.4.surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3020), 2022,
overhaul Ac Electrical Motors
2.3.5.specification Packaging And Labeling Sp-pp&m Rev D Dated 6/6/11
2.4. Commercial Documents. The Following Documents Form A Part Of This Specification To The Extent
specified Herein. The Documents Shall Be The Version Listed By Number And Date From The
referenced Industry Organization. Commercial Documents May Be Listed In The Department Of
defense Index Of Specifications And Standards (dodiss).
2.4.1.american Society For Testing & Materials (astm) D3951-98, Dated 2004, Standard
practice For Commercial Packaging
2.4.2.international Standard Organization (iso) 2953, 1999, Mechanical Vibration, Balancing
machines, Description And Evaluation
2.4.3.steel Structure Painting Council, Sspc-sp 3, Dated 11/01/1982, Power Tool Cleaning
3. Background. This Requirement Is For The Contractor To Evaluate And Repair The Ventilation Fan(s)
(vaneaxial) Listed Below Table 1 And Section 5. The Fan Units Are Designated As Supply Fan 1-22-2 And
supply Fan 2-40-1.table 1 - Ventilation Fan(s) For Overhaul
system / Fan Number Model Number Location
approximate
dimensions/weight
sl-22-2
al-1/2 Class Z, 1,799
dry Stores (1-23-0-a)
20" Long X 17 .5"
cfm 1.25 Hp Diameter / 160 Lbs.
s2-40-1 Al-1/2 Class Z, 1,450 Salvage Storeroom #4 20" Long X 17 .5"
cfm 1.25 Hp (2-36-0-a) Diameter / 160 Lbs.
4. Tasks. The Contractor Shall Provide Services Of Which Includes But May Not Limited To:
4.1. General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And
in This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This
work Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following
work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or
extensions To The Contract.
4.2. The Contractor Shall Submit A Receiving Inspection Report To The Coast Guard Contracting
officer (ko), Contracting Office's Representative (cor), And Other Listed Points Of Contacts
(pocs) Within 2 Days Of Receiving The Government Furnished Property (gfp). The Report Shall
document The Make, Part Number, And/or Model. This Report Shall Also Include Digital
photographic Documentation Of The Crate And Its Contents.
4.2.1.it Is Assumed That The Fan Unit(s) Will Arrive In A Re-usable Container. In The Event The
container Is Deemed Unusable The Contractor Shall State So As Part Of The Inspection Report And
provide Photo Documentation.
4.3. Inspections, Repair/overhaul And Testing Of The Fan Unit(s) Shall Be Accomplished In Accordance
with The Oem Procedures, Specifications, References, And Standard Practices. The Contractor Shall
conform To All Requirements Specified Throughout This Specification During Performance Of This
contract. In The Event Of A Conflict Between The Text Of This Specification And The References Cited
herein, The Text Of This Specification Takes Precedence. Nothing In This Specification; However,
supersedes Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
4.3.1.the Overhaul Requirements Described Herein Are Considered The Minimumnecessary And Are
not Intended To Replace Any Procedures, Controls, Examinations, Or Tests Normally Employed
by The Contractor To Assure The Quality Of The Product.
4 .3 .2. The Overhaul Of The Fan Unit( S) Is Intended To Return The Unit's Performance And Appearance
to A Condition Capable Of Functioning And Performing In The Same Manner As An Identical New
unit, As Referred To As Serviceable "a" Condition.
4.4. Condition Found Report (cfr).
4.4.1.preliminary Disassembly And Inspection Of Each Fan Unit Shall Be Conducted In Accordance
with Oem Procedures, Specifications, References, And Standard Practices To Determine The
total Estimated Cost To Repair, Including Material, Labor, Testing, Preservation, Packing And
marking (pp&m) Costs. A Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs
within 5 Days Of The Completion Of The Receiving Inspection Report Detailing The Repair Parts
recommended For Replacement And A Total Repair Cost.
4.4.2. The Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs For Review And Approval
prior To The Start Of Any Repair Or Order Of Any Material. The Contractor Shall Also Provide The
replacement Cost Of An Identical New Fan Unit For Comparison To The Overhaul Cost. At A
minimum, Mandatory Replacement Parts Shall Include All Bearings, Bushings, Seals And
gaskets. All Parts That Are Worn, Have An Improper Fit And Or Damaged Beyond The Oem
tolerances, Shall Be Repaired Or Replaced As Determined By The Contractor.
4.4.3.the Detailed Cost Estimate Shall Contain The Following As A Minimum: The Part Number, Nsn
and Serial Number Of The Fan Unit, The Contract Number And Deliveiy Order Number For The Fan
unit, A Listing Of Individual Parts By Part Number, Cost And Quantity, A Listing Of Labor Hoursand Labor Rate To Perform The Overhaul, Testing, And Packaging, The Cost Of An Identical New
fan Unit.
4.4.4.upon Acceptance Of The Cost Estimate And Authorization To Proceed By The Ko, The Contractor
shall Overhaul The Fan Unit In Accordance With The Oem Procedures, Specifications,
references, Standard Practices And The References Cited In Section 2 Of This Specification.
4.4.5.the Government Reserves The Right To Dispose Of The Fan Unit(s) If Is Beyond Economic
repair (ber). The Contractor Will Dispose Of The Unit At A Predetermined Cost To The
government. The Contractor Shall Provide A Scrap Credit To The Government Or A Price To
discard Any Fan Unit Ber.
4.4.5.1. The Coast Guard Ko Will Determine The Disposition Of Any Fan Unit Delivered For
overhaul That Is Beyond Economical Repair (ber).
4.4.5.2. If The Fan Unit Is Ber, The Government Reserves The Right To Purchase An Identical
new Fan Unit From The Contractor.
4.5. Fan- Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Fan Unit, Using
references Sited In Section 2 Of This Specification. The Contractor Shall Test, Remove, Overhaul,
and Balance Each Fan Unit.
4.5.1.disassembly. The Contractor Must Disassemble The Fan Assembly For Overhaul; Follow The
steps Outlined In Tp S9512-a3-mma-010 Chapter 6. Prior To Fan Disassembly, The
contractor Must Measure Air Gap Reading And Bearing Clearances. Submit A Cfr. Take Care
to Match Mark Components To Avoid The Need For Wheel Rebalancing.
4.5.2.cleaning. Clean The Interior And Exterior Fan Assembly Surfaces, Including Housing, Fan
blade, And End Bell Surf Aces By First Using Suction, Then With A Soapy Water Solution, And
fallowed By A Thorough Rinsing Of All Metal Surfaces. Ensure That There Are No Cleaning Fluid
residues Or Injurious Effects On Cleaned Surfaces.
4 .5 .3 .inspection And Documentation. After Surface Preparation And Before Surface Coating, Visually
inspect The Fan Assembly Surfaces Including Bearing Surfaces For Cracks, Areas Of Distortion,
and Deterioration.
4.5.4.preservation. Prepare And Coat The Fan Casing Surfaces In Using The System Specified For
"machinery, Operating Temperatures Under 200-degree F, Unmachined Surfaces" In
comdtinst Ml 0360.3, Appendix B (cutter And Boat Interior Paint Systems). Select
finish/topcoat Color To Match Existing Adjacent Surfaces.
4.6. Motor - Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Ventilation Motor
assembly, Using References Sited In Section 2 Of This Specification.
4.6.1.disassembly. The Contractor Shall Disassemble Each Ventilation Fan Motor From Its Fan.
during Disassembly, Ensure That Each Fan Motor Is Properly Marked To Indicate The Fan It Was
removed From. Remove End Plates And Rotor From Motor Frame. Remove Existing Motor
bearings And Dispose Of Properly.
4.6.2.inspection. The Contractor Must Disassemble, Clean, Inspect, And Test All Fan Motor
components In Accordance With Sflc Std Spec 3020 Paragraph 3.3. Submit Cfr All
performed Inspections And Testing, Including But Not Limited To, Initial Visual Conditions,
initial Insulation Resistance Tests, Winding Tests And Final Acceptance Tests.
4.6.2.1. Rewind Shall Not Be Part Of The Overhaul Process Unless Test Results By The
contractor Support Rewind And Is Approved By The Cor. High Potential Tests Shall Only
be Performed For Ventilation Fan Motors Which Require Rewind.
4 .6 .3 .re-assembly. Renew All Motor Bearings In Accordance With Sflc Std Spec 3 02 0 Paragraph
3.4.3. The Contractor Must Reassemble The Motor In Accordance With Sflc Std Spec 3020
paragraph 3.4.6. The Contractor Must Perform Motor Testing In With Sflc Std Spec 3020
paragraph 3 .5.
4.7. Fan And Motor Assembly Restoration. The Contractor Shall Reassemble Each Fan And Motor
assembly Using New Gaskets And Stainless-steel Hardware; Couple The Fan To The Motor Assembly.
renew All Original Data Or Label Plates After Completing External Preservation. A Separate Labelplate Made Of Similar Material As The Original Label Plate Shall Be Attached To The Fan Unit Stating
the Contractor's Name, Contract Number And Date Of Overhaul.
4.8. Dynamic Balancing. The Contractor Shall Dynamically Balance The Rotating Elements Along With
associated Equipment As A Unit (fan Blade And Motor Installed And In Casing), In Accordance With
iso 2953. Submit A Written Balance Report.
4.9. Operational Test- Post Repairs. After Completion Of Work, The Contractor Shall Conduct An
operational Test Of Each Fan And Motor Assembly To Prove Satisfactory Operating Condition.
perform An Operational Test Of Each Overhauled Ventilation Fan, Ensuring The Fan Operates In The
correct Direction, With No Excessive Vibration Or Noise. Operate The Fan Assembly At Its Rated Speed
for 30 Minutes. Measure And Record The Overhauled Tube Axial Fan's Cfm Output To Verify It Is
within The Manufacturer's Rated Tolerances. Submit A Cfr.
4.10. Preservation, Packing, And Marking. The Overhauled Fan Unit Shall Be Delivered To The
coast Guard Completely Assembled And In A Ready To Operate Condition And Configuration. The
contractor Must Return To The Appropriate Uscg Representative Via Delivery Or Third-party
shipping. Contractor Must Provide Any New Gaskets For Connections. The Fan Unit Must Be
packaged That Protects It From Moisture, Rain, Rust, Corrosion, And Vibration, Which May Constitute
a Standard Export Wooden Box With Plastic Foam. The Fan Unit Shall Be Completely Sealed Within A
6 Mil (minimum) Clear Plastic Bag, With Sufficient Units Of Desiccant To Prevent Moisture Build Up
and Corrosion
5. Government Furnished Property.
5.1.ventilation Fan (vaneaxial), Model Al-1/2a4w5, Qty 2
6. Security Requirement. Base Access Is Not Required. If Needed, Contractor Shall Have A Valid
government Issued Id (or Driver's License) And Show Identification At The Security Gate. A Coast Guard
representative From The Cutter Or Product Line Will Sponsor And Escort Vendor To The Cutter. The
contractor Must Coordinate Any Base Access With The Designated Point Of Contact Ahead Of Time To
ensure Administrative Processing.
7. Place Of Performance. Contractor's Repair Facility.
8. Period Of Performance. 5-may-2025 To 5-june-2025
9. Points Of Contact.
9 .1. Uscg-sflc-lrepl Asset Management: Ltjg Mikael Axelsson, Mikael.j.axelsson@uscg.mil,
(510) 493-1827
10. Contractor's Proposal.
10.1. Documentation. The Contractor Must Include At Least The Following In Their Proposal For
this Requirement: Basic Information (name, Company Name, Contact Details, The Date, Unique
entity Id), Company Overview And Relevant Qualifications, Past Performance, Scope Of Work For
the Tasks And Deliverables, Project Timeline, Cost Including A Breakdown Of The Cost Of Each Item
or Service, Terms And Conditions, Attachments/bid Sheet, Description Of Subcontractors (if Any), And
signature Of The Authorized Person.
10.2. Proposal Evaluation Criteria. Award Of This Requirement Shall Be Made To The Vendor
whose Proposal Offers The Greatest Value To The Government Regarding Price, Ability To Meet All
technical Requirements Of The Specification, And Past Performance.
11. Notes.
11. 1. Vaneaxial Fan Data - Supply Fan 1-22-2
o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3-
phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall
conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation.
o Serial Number: N-1248 Item 16vaneaxial Fan Data - Supply Fan 2-40-1
12. Photos.
o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3-
phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall
conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation.
o Serial Number: Sn14955-01-08
12.1. Motor Data For Supply Fan 1-22-2.
U S COAST GUARD USA Tender
Environmental Service
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice department Of Homeland Security united States Coast Guard district 17 Environmental Remediation Idiq notice Type: Source Sought Synopsis solicitation: District 17 Environmental Remediation Services Multiple Award Contract response Date: 15 Jan, 2025 @ 1000 Akst naics Codes: 562910, Environmental Remediation Services With A Small Business Size Standard Of 1,000 Employees contracting Office: United States Coast Guard, Shore Infrastructure Logistics Center this Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Invitation For Bid. This Is A Market Research Tool Used To Identify Potential 8(a) Firms Capable Of Performing Services As Described Herein. the Department Of Homeland Security (dhs) U.s. Coast Guard (uscg), Shore Infrastructure Logistics Center (silc) Contracting Office, In Support Of Civil Engineering Unit (ceu) Juneau’s Environmental Management Branch, Is Seeking Eligible 8(a) Firms Interested And Capable Of Performing On A Professional Environmental Remediation Services Multiple Award Task Order Contract (matoc) Indefinite Delivery Indefinite Quantity (idiq) In The State Of Alaska. the Uscg Contemplates An 8(a) Set Aside For Firms Based In And/or With Experience, Performing Environmental Remediation Services In Alaska. Firms Must Be Well Versed In State Of Alaska Environmental Regulations. The Uscg Contemplates A Wide Range Of Environmental Services Including, Remediation, Consulting And Engineering. Naics Code 562910 Will Be Used With A Small Business Size Standard Of 1,000 Employees. Responses To This Sources Sought Will Aid The Uscg In Selecting Responsible Firms Within The Current Marketplace Able To Provide These Services. Services Will Be Procured On An As-needed Basis For Routine And Emergent Requirements. The Contracts Offer A Streamlined Approach To Contracting And Ongoing Competition Between Qualified Contractors. scope Of Work: See Attachment B: Statement Of Services Env Idiq_draft the Selected Contractor(s) Will Be Responsible For All Management, Labor, Supervision, Engineering, Design, Materials, Equipment, Tools, Parts, Supplies, And Transportation To Perform All Of The Services Described In The Statement Of Services, Performance Work Statement, And/or Statement Of Work, Drawings And Specifications Provided For Each Individual Project. award Type/capacity: the Duration Of The Environmental Remediation Services Idiq Is Projected To Be One (1) Year From The Date Of Contract Award With Two (2) Three-year Option Periods With Negotiated Rates For Each Calendar Year Within The Ordering Period. The Total Capacity Of This Ordering Tool Is Anticipated Not-to-exceed $45,000,000 ($45 Million) For The Life Of The Contract.planned Projects Awarded On This Idiq Are Estimated In Excess Of $50,000 Up To $10 Million; However, Smaller And Larger Dollar Value Projects May Be Considered. the Primary North American Industry Classification System (naics) Code For This Procurement Is 562910, Environmental Remediation Services, And The Small Business Size Standard Is 1,000 Employees. The Contract(s) Will Include Far Clause 52.219-14 Limitations On Subcontracting, Which States For “services (except Construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract”. please Provide Responses In Attachment A – D17env Sources Sought Response And Return Responses Tosmb-ceujuneau-akenv@uscg.mil.
6031-6040 of 6044 archived Tenders