Security Guard Tenders

U S COAST GUARD USA Tender

Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 12, Acquisition Of Commercial Items, Far Subpart 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Will Not Be Issued. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective January 3, 2025. this Solicitation Is Issued As A 100% Small Business Set-aside. the Applicable North American Industry Classification Standard Code Is 722310. The Small Business Size Standard Is $47m. all Responsible Small Business Sources May Submit A Quotation, Which Shall Be Considered By The Agency. these Services Are Being Solicited Under Rfq Number 70z08425qaa52100. please Carefully Read And Complete The Entire Solicitation Document. the Following Information Is Highlighted For Your Attention: 1. Be Sure To Complete All Required Prices Set Forth In The Attachment 2 Price Schedule, Unit Price And Total Amount Information Required. 2. Be Sure To Read Far Provision 52.212-1 Instruction To Quoter – Commercial Items. 3. Be Sure That Your Offer Reaches This Office By The Time And Date Specified And/or Any Amendments Thereto. site Visit: A Site Visit For This Requirement Is Going To Be Held On 08 May 2025 At 10 Am At Uscg San Jaun Pr With The Cor, Lt Baker Camechie. Contractors Will Meet With The Cor At The Front Gate Pass And Id Office. Please Contact The Cor To Rsvp By 05 May 2025 12 Pm At Camechie.e.baker@uscg.mil. Provide The Names Of Person Attending The Site Visit, Company Name And Phone Number. The Government Is Not Responsible For Costs Associated With The Site Visit. questions: Questions Shall Be Submitted By 2:00 Pm Et, May 9, 2025 Via Email To The Contract Specialist, Shelbie Phillips At Shelbie.j.phillips@uscg.mil Telephone Questions Will Not Be Accepted.quoter Shall Reference The Solicitation Number And Provide Enough Information In Their E-mail So The Government Can Easily Respond To Their Questions/concerns. All Questions/concerns Will Be Compiled And Addressed On An “amendment Of Solicitation” And Will Be Posted On The Sam.gov Website For Viewing By All Potential Quoter. due Date: Quote Shall Be Submitted By 2:00 Pm Et, Friday, May 16, 2025 Via Email To Shelbie Phillips At Shelbie.j.phillips@uscg.mil And Luis Torres Via Email To Luis.j.torres@uscg.mil Facsimile Submission Is Not Authorized Under This Announcement. failure To Complete The Solicitation Documents And Amendments As Required May Result In Delay Of Award Or Determination That Your Offer Is Not Responsive. *only Send Questions/concerns To The Contract Specialist Listed Above Or, If Not Available, To The Primary Contracting Officer Listed In This Solicitation. Do Not Ask Or Submit Questions/concerns Regarding This Solicitation To Any Other Uscg Or Government Personnel (e.g., Cor, Program/project Manager, Etc.).* procuring Contracting Office: The U.s. Department Of Homeland Security, U.s. Coast Guard, Logcom 95, 300 East Main Street, Suite 900, Norfolk, Va 23510-9112 Is Authorized To Order Supplies/services Stated Herein. Communications Pertaining To Contractual Matters Shall Be Addressed To One Of The Contracting Officers (ko) Listed Below. Changes In, Or Deviations From, The Statement Of Work Or Terms And Conditions Of The Contract Shall Not Be Effected Without Written Modification To The Contract As Executed By A Uscg Logcom-95 Contracting Officer. contracting Officer: Luis Torres E-mail: Luis.j.torres@uscg.mil point Of Contact: Serves As The Point Of Contact Between The Contractor And The Contracting Officer(s); However, This Person Does Not Have A Warrant That Provides The Authority To Contractually Commit The Government Or To Modify Any Terms And Conditions Of A Contract. point Of Contact: Shelbie Phillips, Contract Specialist E-mail: Shelbie.j.phillips@uscg.mil see Attached Documents For Additional Information.
Closing Date16 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Pipe Line Project
United States
Details: Technical Services uscgc Alex Haley (wmec-282) – Z12204 dive Services - Cofferdams 1. Objective. The Objective Of This Requirement Is To Conduct Pipe Repairs On The Fire-main System On uscgc Alex Haley. 2. References. 2.1. Comdtinst 9077.1 (series), Equipment Tag Out Procedures 2.2. 282-wmec-120_002, Details Of Sea Inlet Boxes Main Machinery Room 2.3. 282-wmec-120_004, Hull Penetration Drawing 2.4. 282-wmec-545_003, Location Of Sea Connections 2.5. Surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), General requirements 2.6. Naval Sea Systems Command (navsea) S0600-aa-pro-160, 8/15/2008, Underwater Ship husbandry Manuals - Chapter 16 (cofferdams) 3. Background. There Are Leaks In A Section Of Piping For The Ship’s Fire-main System. Prior To Pipe repairs, Cofferdams Must Be Installed By Divers To Provide Double-valve Protection. The Cofferdams must Be Removed At The Conclusion Of Pipe Repairs. This Requirement Is For The Contractor To Install And remove Cofferdams For Pipe Repairs. 4. Tasks. The Contractor Shall Provide Material And Labor Services To Install And Remove Cofferdams For sea Connections, Of Which Includes But May Not Limited To: 4.1. The Sea Connections And Locations Requiring Services For Cofferdams Are Listed In Table 1. 4.2. Submit A Detailed Plan To The Contracting Officer (ko) And Technical Pocs At Least 48 Hours Prior to Any Dive Operations, In The Form Of A Condition Found Report (cfr). 4.2.1. Conduct A Ship Check And Dive Brief(s) With Ship’s Crew. Perform A Walkthrough To Ensure necessary Equipment For Dive Operations Is Tagged Out In Accordance With Reference 2.1 And ship’s Instruction. 4.2.2. Within 24 Hours Of Completing Dive Operations, Provide A Cfr Stating The Status Of The cofferdams And Plugs. table 1. Sea Connection Locations And Descriptions location Description frame 28, Port-side 8” X 12” Nb Stubpipe Bilge Discharge 4.3. Cofferdam Fabrication And Installation. 4.3.1. The Contractor Shall Fabricate And Install A Cofferdam (blank Cover) Over The Sea Connections in Table 1. 4.3.2. Cofferdam Fabrication And Installation Shall Be Accordance With The Navsea S0600-aapro- 160. 4.3.3. Inspect The Structure Surrounding The Cofferdam For Deterioration And Corrosion And Submit A cfr To The Coast Guard Inspector. 4.4. Cofferdam Removal. 4.4.1. After Completion Of Associated Work, The Contractor Shall Remove Cofferdam And Plugs. restore All Surfaces To Its Original Operating Condition. 4.4.2. The Ko And/or The Technical Pocs Shall Notify The Contractor At Least 48 Hours Prior To request For Removal Of Cofferdam And Plugs. 4.5. Pier Limitations. 4.5.1. The Fuel Pier Has A Weight Limit Of 13,000 Pounds. Contractors Must Inform Technical Pocs of The Combined Weight Of Their Dive Trailer And Equipment. If Exceeding This Limit, contractors Must Submit A Plan To The Ko And Technical Pocs Outlining How They Will accommodate Dive Operations. 5. Government Furnished Property. 5.1. None 6. Security Requirement. Base Access Is Required. 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 May Sponsor And Escort Vendor To The Cutter. 7. Place Of Performance. Uscg Base Kodiak, 5th St, Kodiak, Ak 99619 8. Period Of Performance. 10-apr-2025 To 15-jun-2025 9. Points Of Contact. 9.1. Uscg-sflc-lrepl Asset Management: Ltjg Mikael Axelsson, Mikael.j.axelsson@uscg.mil, 571-607-1134 9.2. Uscgc Alex Haley Engineer Officer: Lt Sean Meibers, Sean.m.meibers@uscg.mil, 571- 608-6153 see Sow Attachment As Well “system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Additional Examples Include 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services, And 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements: paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services; paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.”
Closing Date31 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Combined Synopsis/solicitation For Construction Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000025-01. Applicable North American Industry Classification Standard (naics) Codes Are: 238220 Plumbing, Heating, And Air-conditioning Contractors. this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following: cost Of Materials And Equipment cost Of Labor contract Will Be Awarded To The Vendor Who Can Provide Best Value Which Includes All Labor, Material, Cost And Equipment Required Within The Sow. Cost And Past Performance Factors Will Also Be Considered When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 April 2025 quotes Are To Be Received No Later Than Close Of Business (3 P.m.) On 04 April 2025 And Are To Be Sent Via E-mail To Angel.melendez@uscg.mil quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To: commanding Officer uscg Base Miami Beach (p&c) attn: Angel Melendez 909 Se 1st Ave, Room 512 miami, Fl 33131. telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In Fedbizops (www.fbo.gov). wage Determinations: Fl20240184 01/05/2024 scope Of Work: scope Of Work department Of Homeland Security united States Coast Guard u.s. Coast Guard Sector St. Petersburg 600 8th Ave Se st. Petersburg, Fl 33701 statement Of Work For hvac Ducting Insulation Repairs located At: 1301 Beach Dr Se st. Petersburg, Fl 33701 general Requirements part 1 general intent: The Intent Of This Project Is To Inspect, Repair, And Reinsulate About 150 Feet Of 24”x32” Hvac Ducting At The Coast Guard Deers And Aton Offices Located At 1301 Beach Dr Se, St. Petersburg, Fl 33701. scope Of Work: The Contractor Shall Provide All Labor, Materials, And Equipment To Meet All Specifications To Affect Hvac Ducting Repairs. qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements. All Personnel Shall Have An Understanding Of Hvac Duct Insulation Repairs. continuity Of Facilities Operation: Contractor Shall Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Designated Representative. government Furnished Materials: None part 2 performance Standards performance Requirements: Contractor Shall Complete The Following: remove Existing Insulation From 150 Feet Of 24”x32” Hvac Ducting. inspect Condition Of Ducting. reseal Ducting Where Necessary. apply New Insulation On 150 Feet Of 24”x32” Hvac Ducting And Duct Hangers. replace One 20-foot Run Of 8” Flex Ducting. site Visit: Site Visits Are Recommended. All Site Visits Should Be Scheduled With The Contracting Officer, Facilities Engineer And/or Their Designated Representative. performance Standards: The Cotr Or Contracting Officer May Inspect, At Any Time, The Progression Of Work To Ensure Compliance With The Contract. The Proper Adherence To All Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services. deliverables: Should Any Discrepancies Be Found During Inspections That Would Incur Added Cost Outside Of This Standard Scope Of Work, Contractor Shall Provide A Detailed Quote For Repairs Within 72 Hours To The Unit Poc. liability Of Damages: The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. points Of Contact: Primary Poc: Cwo Justin David Email: Justin.h.david@uscg.mil Phone: (727) 824-7609 Secondary Poc: Mkc Aaron Schwartz Email: Aaron.h.schwartz@uscg.mil Phone: (904) 545-9629 Tertiary Poc: Dcc Timothy Bakels Email: Timothy.g.bakels@uscg.mil Phone: (727) 824-7599 end Of Section performance Period: Performance Of Work Is Expected To Commence Nlt 10 Days After Award Is Made. Extension Period Must Be Approved By The Contracting Officer For Any Unforeseen Delays. site Visit: It Is Highly Recommended And Encouraged That Interested Party’s Contact Cwo Justin David For A Site Visit Which Will Be Held On thursday March 27, 2025 At 09:00am Est. For Questions On Site Visit Contact Mr. David Via Email Justin.h.david@uscg.mil Or Via Phone At (727) 824-7609 **all Questions And Answers Will Not Be Accepted After 01 April 2025 At 10:00am Est. applicable Far Clauses far 52.213-4: 52.213-4 Terms And Conditions-simplified Acquisitions (other than Commercial Items). attached By Reference 52.222-6 Construction Wage Rate Requirements 52.236-2 Differing Site Conditions (april 1984) 52.236-3 Site Investigation And Conditions Affecting The Work (april 1984) 52.236-27 Site Visit (construction) {feb 1995) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 6 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference. offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
Closing Date4 Apr 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Aerospace and Defence
United States
Details: Sources Sought Notice: 19inle25i0002 - New Interceptor Boats For The Ecuadorian Coast Guard (coguar) (pcs: 1925; Naics: 336612) background: the Bureau Of International Narcotics And Law Enforcement Affairs (inl) Leads The U.s. Department Of State’s (dos) Anticrime And Counter-narcotics Efforts. Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States, Its Citizens, And Partner Nations By Providing Effective Foreign Assistance And Fostering Global Cooperation. Inl Supports Our Partner Nations’ Efforts To Stabilize And Strengthen Their Security Institutions To Build A Global Security Capacity For Combating Drug Trafficking And Other Transnational Crimes Such As Money Laundering And Criminal Gangs. the Ecuadorian Navy Provides Defense And Security In All Jurisdictional Maritime Spaces; Develop Maritime Control Capabilities; And Contribute To The Defense Of Sovereignty, Territorial Integrity, And National Security. The Ecuadorian Coast Guard (coguar) Falls Under The Navy. Its Mission Is To Control Maritime Activities In Ecuador And Is Considered Maritime Police. this Sources Sought Notice Is Issued For Planning Market Research Purposes Only, And Does Not Constitute A Solicitation For Proposals, Offers, Bids, And/or Quotes. This Is Not An Announcement Of A Forthcoming Solicitation, Or Confirmation That The Government Will Contract For The Items Contained In The Sources Sought, Nor Is Any Commitment On The Part Of The Government To Award A Contract Implied. Responses To This Notice Will Assist The Government In Identifying Potential Sources And In Determining If A Service-disabled Veteran Owned Small Business (sdvosb), Small Disadvantaged Businesses 8(a), Historically Underutilized Business Zone Small Business (hubzone), Or Women-owned Small Business (wosb) Set-aside Of The Solicitation Is Appropriate, And In Determining Whether This Approach To Securing Contracting Support Is Practicable. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Sources Sought. Responses To This Notice Will Not Be Returned. the Following Information Is Requested In This Rfi/sources Sought: 1. Company Name, Point Of Contact, Phone Number, And Address; 2. Uei Number And Cage Code; 3. Interest In Nature Of Participation [e.g., Prime Contractor, Teaming Partner, Primary Subcontractor]; 4. Sdvosb/hubzone/8(a)/wosb Certification For Applicable Naics; 5. Statement Of Capabilities Applicable To This Requirement; 6. Three Examples Of Relevant And Recent (with Last Three Years) Past Performance; 7. Questions, Clarifications And/or Recommendations To Inl To Inform A Subsequent Notice Of Funding Opportunity. interested Contractors May Provide The Above Information Via E-mail To The Addresses Listed Below. Information Submitted Must Be In Sufficient Detail As To Allow For A Thorough Government Review Of Firm's Interest And Capabilities. This Information Is Due No Later Than Friday, April 11, 2025 At 5:00 Pm Est. primary Point Of Contact: michele Coccovizzo senior Contract Support Specialist coccovizzoml@state.gov secondary Point Of Contact: margaret R. Gaudreau contracting Officer gaudreaurm@state.gov scope Of Work inl Quito Ecuador Has Determined The Need To Provide Four (4) New And Modern Interceptor Boats For The Coguar As An Essential Upgrade To The Ecuadorian Navy’s Capacity To Exercise Its Core Missions. the Four (4) New Interceptor Boats Should Be Similar Or Exceed The Technical Specifications Of The Polyester Reinforced Fiber Glass Maritime Patrol And Interdiction Boats – Brand Name Eduardoño. Two (2) Military Patrol Boats 320 (ref. E32b-mil) And Two (2) Military Patrol Boats 380 (ref. E38b-mil). Refer To Appendix A For Detailed Information And Minimum Technical Specifications Of Each Boat. all Materials, Equipment, And Accessories Part Of Each Boat Shall Be New, Unopened, And Must Meet Or Exceed The Specifications Detailed. refurbished, Used, Or Recycled Materials, Boats, Equipment, Or Accessories Are Not Acceptable. delivery the Vendor Is Responsible For The Appropriate Packing And Safeguarding Of Each Boat For Delivery, Including All Items Listed In The Attached Appendix A As Well As All The Technical And Operator’s Manuals, Checklists To Properly Operate The Boats. the Vendor Is Required To Deliver The Boats, Equipment, And Accessories In Fully Operational Condition And At The Delivery Place Specified In This Statement Of Work (sow). the Technical Packing Of Each Boat Must Include But Is Not Limited To The Following: disconnect Batteries From The Electrical System. secure Loose Gear To Prevent Shifting During Shipment. secure The Boat To A Trailer. secure Equipment Such Engines, Lights, Etc. As Necessary To Prevent Movement During Shipment. remove Flammable Liquids If Required To Comply With Transportation Requirements. lower Radome And Antennas In The Stowed Position. ensure No More Than 10 Gallons Of Fuel Remains In The Tanks. place Boat Cabin Keys In A Secure Protected Compartment. use Protective Shrink Wrap To Cover The Boat Down To Collar And Outboard Engines. the Vendor Shall Ensure That All Items Are Prepared For Safe Shipment And Include All Necessary Export Approvals, Required Material Data Safety Sheet, Licenses, And Customs Paperwork. the Vendor Shall Notify The Inl Designated Contracting Officer Representative (cor) No Later Than 30 Calendar Days Before The Boats Are Ready For Delivery So Inl Can Coordinate Inspections And Acceptance. original Equipment Manufacturer (oem) Technical Assembling And Put Into Operation Of Each Power Boat And Onboard Equipment Is Responsibility Of The Vendor. the Vendor Shall Cover All Expenses Of Its Technical Personnel/staff, Traveling To The Delivery Location Where They Will Perform All Necessary Work To Complete Unpacking, Oem Technical Assembling, And Putting Into Operation Each Boat. The Contractor Shall Provide All Necessary Tools, Devices Or Machines Needed For Its Technical Personnel To Perform Oem Technical Assembling Of Each Boat. The Vendor Is Also Responsible To Provide All Qualified Personnel Required To Lower The Boats Into The Water And Ensure The Boats Are Fully Operational. delivery Date vendor Must Deliver The Four (4) Boats No Later Than Twelve (12) Months After Purchase Order Is Awarded. Please Refer To Section 4 Of The Sow For Further Details. inspection And Acceptance interim Factory Inspection: once The Boats Construction Has Been Completed, Designated Inl Cor Will Perform An Interim Inspection At The Factory Prior Shipment. The Intent Of This Inspection Is To Identify Any Defects Or Problems At The Factory And Allow The Vendor To Address And Correct Any Defects Or Problems Prior Shipping To Delivery Location In Ecuador. final Testing And Acceptance: testing Of Each Boat Will Be Conducted At The Delivery Location (guayaquil, Ecuador) Following Guidelines And Standards Of The American Bureau Of Shipping (abs). the Vendor Shall Provide A Sea Trials Checklist To The Designated Inl Cor No Later Than 30 Calendar Days Before Delivery Of The Boats. The Cor, Together With The Ecuadorian Navy, Will Evaluate And Validate The Checklist Prior Testing Of Each Boat. vendor Qualified Representatives Shall Conduct The Sea Trials In The Presence Of Ecuadorian Coast Guard Technical Representatives, Inl Designated Cor, And Inl Technical Representatives. Sea Trials And Testing Will Serve To Ensure All Requirements Of This Sow Are Met. The Coguar Will Provide The Necessary Fuel To Complete The Testing Of Each Boat. only After All Operational Testing Is Completed For Each Boat And The Results Are In Accordance With The Requirements Of This Sow, The Designated Inl Cor Will Accept The Boats For The United States Government (usg). The Usg Will Pay The Vendor Only After Acceptance By The Designated Inl Cor. type Of Contract this Is Proposed As A Firm Fixed Price Contract. please See Attached Statement Of Work And Appendix A For Additional Details
Closing Date11 Apr 2025
Tender AmountRefer Documents 
6041-6050 of 6044 archived Tenders