Substation Tenders
Substation Tenders
Central Public Works Department - CPWD Tender
Works
Building Construction
Corrigendum : Closing Date Modified
India
Details: Construction Of Emrs School Building (g Plus 2), Boys & Girls Hostel (240 Seaters Each) (g Plus 2) With Warden Residence, Kitchen & Dining Block (s/s) 16 Nos. Type-iii Qtrs (g Plus 3) Including 1 No Guest House, 10 Nos Type-ii Qtrs (g Plus 2), 1 No Principal Qtrs (s/s) And Other Misc Structures I/c W/s & Si, Iei, Substations, Dg Set, Etc. & Site Development At Raikia, Dist Kandhamal, Odisha
Closing Date10 Jan 2025
Tender AmountINR 414 Million (USD 4.8 Million)
Central Public Works Department - CPWD Tender
Works
Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
India
Details: Construction Of Emrs School Building (g Plus 2), Boys & Girls Hostel (240 Seaters Each) (g Plus 2) With Warden Residence, Kitchen & Dinning Block (s/s) 16 Nos. Type-iii Qtrs (g Plus 3) Including 1 No. Guest House, 10 Nos. Type-ii Qtrs. (g Plus 2), 1 No. Principal Qtrs(s/s) And Other Misc. Structures I/c W/s & Si, Iei, Substations, Dg Set, Etc. & Site Development At Tikabali Dist. Kandhamal, Odisha.
Closing Date29 Jan 2025
Tender AmountINR 414.7 Million (USD 4.7 Million)
Central Public Works Department - CPWD Tender
Works
Civil And Construction...+4Civil Works Others, Building Construction, Electrical Works, Electrical and Electronics
India
Details: Construction Of Emrs School Building (g Plus 2) Boys And Girls Hostel (240 Seaters Each) (g Plus 2) With Warden Residence, Kitchen & Dinning Block (s/s) 16 Nos. Type-iii Qtrs (g Plus 3) Including 1 No. Guest House, 10 Nos. Type-ii Qtrs. (g Plus 2), 1 No. Principal Qtrs (s/s) And Other Misc. Structures I/c W/s & Si, Iei, Substations, Dg Set, Etc. & Site Development At G. Udayagiri, Kandhamal, Odisha.
Closing Date3 Jan 2025
Tender AmountINR 426.8 Million (USD 5 Million)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 13.5, As Supplemented With Additional Information Included In This Notice.this Announcement Constitutes The Only Solicitation: Quotes Are Being Requested And Another Written Solicitation Will Not Be Issued.
solicitation Number M0023625q1005 Is Issued As A Request For Quotation (rfq) Using The Commercial Procedures In Accordance With Far Part 12 And Simplified Acquisition Procedures Far Part 13. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 And Dfars Publication 20241218.
the Regional Contracting Office, Marine Corps Recruit Depot-parris Island, Sc Intends To Solicit And Award A Purchase Order Of Two (2) Parking Spaces To Be Used By Recruiting Substation (rss) Ost Manhattan. This Is A 100% Small Business Set-aside With The North American Industrial Classification System (naics) Code Of 812930 With A Size Standard Of $47m.
all Applicable Federal Acquisition Regulation (far) And Defense Federal Acquisition Regulation
supplement (dfars) Provisions And Clauses Are Contained In Sf 1449 M0026325q1005 Attached To This Synopsis
any/all Questions Regarding This Rfq Shall Be Received By This Office No Later Than 23 January 2025 At 10:00am Eastern Standard Time (est)
offerors Responding To This Announcement Shall Submit Their Proposals In Accordance With Far Part 12 And Additional Instructions, Conditions, And Notices To Offerors Provided In The Sf1449. The Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition And Its Addendum Provision. In Accordance With Far 13.106-2(b)(3), The Government Will Conduct A Comparative Evaluation Of Quotations Based On Price And Other Non-price Factors. The Government Will First Eliminate Unacceptable Quotations; The Remaining Quotations Will Be Arranged From Lowest Price To The Highest Price. If There Are More Than Two (2) Quotes, The Government Will Conduct A Comparative Assessment Of At Least The Two (2) Lowest Price Quotes. The Award Will Be Made To The Offeror’s Whose Quote Is Determined To Have Both A Fair & Reasonable Price And To Be The Most Advantageous To The Government. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. All Other Additional Contract Requirement For This Acquisition Can Be Found In The Attached Sf 1449.
the Closing Date And Time For This Solicitation Is 27 January 2025 At 10:00am Eastern Standard Time (est
the Primary Point Of Contact For This Solicitation Is Dedriene Green (dedriene.l.green.civ@usmc.mil) - 843.228.1995.
secondary Point Of Contact Is Starleana Brown (starleana.brown@usmc.mil ) - 843.228.4207.
Closing Date27 Jan 2025
Tender AmountUSD 42.7 K
This is an estimated amount, exact amount may vary.
DEPT OF THE NAVY USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 13.5, As Supplemented With Additional Information Included In This Notice.this Announcement Constitutes The Only Solicitation: Quotes Are Being Requested And Another Written Solicitation Will Not Be Issued.
solicitation Number M0023625q1005 Is Issued As A Request For Quotation (rfq) Using The Commercial Procedures In Accordance With Far Part 12 And Simplified Acquisition Procedures Far Part 13. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 And Dfars Publication 20241218.
the Regional Contracting Office, Marine Corps Recruit Depot-parris Island, Sc Intends To Solicit And Award A Purchase Order Of Two (2) Parking Spaces To Be Used By Recruiting Substation (rss) Ost Manhattan. This Is A 100% Small Business Set-aside With The North American Industrial Classification System (naics) Code Of 812930 With A Size Standard Of $47m.
all Applicable Federal Acquisition Regulation (far) And Defense Federal Acquisition Regulation
supplement (dfars) Provisions And Clauses Are Contained In Sf 1449 M0026325q1005 Attached To This Synopsis
any/all Questions Regarding This Rfq Shall Be Received By This Office No Later Than 23 January 2025 At 10:00am Eastern Standard Time (est)
offerors Responding To This Announcement Shall Submit Their Proposals In Accordance With Far Part 12 And Additional Instructions, Conditions, And Notices To Offerors Provided In The Sf1449. The Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition And Its Addendum Provision. In Accordance With Far 13.106-2(b)(3), The Government Will Conduct A Comparative Evaluation Of Quotations Based On Price And Other Non-price Factors. The Government Will First Eliminate Unacceptable Quotations; The Remaining Quotations Will Be Arranged From Lowest Price To The Highest Price. If There Are More Than Two (2) Quotes, The Government Will Conduct A Comparative Assessment Of At Least The Two (2) Lowest Price Quotes. The Award Will Be Made To The Offeror’s Whose Quote Is Determined To Have Both A Fair & Reasonable Price And To Be The Most Advantageous To The Government. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. All Other Additional Contract Requirement For This Acquisition Can Be Found In The Attached Sf 1449.
the Closing Date And Time For This Solicitation Is 27 January 2025 At 10:00am Eastern Standard Time (est
the Primary Point Of Contact For This Solicitation Is Dedriene Green (dedriene.l.green.civ@usmc.mil) - 843.228.1995.
secondary Point Of Contact Is Starleana Brown (starleana.brown@usmc.mil ) - 843.228.4207.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Damodar Valley Corporation - DVC Tender
Works
Finance And Insurance Sectors
Eprocure
Corrigendum : Closing Date Modified
India
Details: Mega Risk Insurance Policy for FY 2025-26 for risk coverage (risk of fire, machinery breakdown, natural calamities, terrorism etc.) of all the critical & vital installations in DVC, such as 06 (Six) Thermal Power Stations, 03 (Three) Hydel Power Stations, 39 (thirty nine) Sub-stations, 12 (twelve) Receiving Stations, 3(three) Switchyards of de-commissioned units of DVC at CTPS, BTPS & DTPS and 4 (four) Distribution Substations along with other Add On Covers etc., as per the Scope of coverage mentioned in this NIT following the terms & conditions of this NIT
Closing Date27 Feb 2025
Tender AmountRefer Documents
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Others...+1Electrical and Electronics
United States
Details: Sources Sought Notice – Vehicle Assembly Building (vab) Power Phase I (tower C), Project Control Number (pcn): 99300
nasa / John F. Kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For Vehicle Assembly Building (vab) Power Phase I (tower C), Project Control Number (pcn): 99300.
the National Aeronautics And Space Administration (nasa) Ksc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Vab Power Phase I (tower C) Project. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service-disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received.
the North American Industry Classification System (naics) Code For This Procurement Is 237130, Power And Communication Line And Related Structures Construction With A Small Business Size Standard Of $45 Million.
introduction
background: The Vab Tower C Electrical Substations Are 60+ Years Old (installed In 1964 To Support The Apollo Program), Which Is 30 Years Passed Their 30-year Expected Life Cycle And Have A Long History Of Failures. Some High Voltage Switches And Transformers Are Out Of Service And Low Voltage Breakers Are Locked Out/tagged Out Of Service Because They Are Not Operable And Repairable. Parts Are No Longer Available, And The Substations, Transformers, And Panels Are Beyond Maintenance Due To The High Number Of Failures.
the Vab Tower C Electrical Substations Provide Critical Mission Support For The Nasa Artemis Moon Landing Program. Specifically Providing Direct Support For:
• Exploration Ground System (egs) Processing Operations
• Space Launch System (sls) Core Staging Processing Inside High Bay 2 (hb-2)
• Institutional Operations
the Objective Of This Project Is To Replace The Obsolete Substations And Associated Equipment Which Will Significantly Increase The Safety Of The Facility And Maintenance Personnel. Additionally, The New Substations Will Increase The Availability And Reliability Of The Vab Tower C Power System.
project Scope: This Project Consists Of Replacing Existing Vab Tower C Substations 804, 874 (10th Floor) And 875 (32nd Floor) And All Associated 480v Sub-fed Panels Located Inside Tower C At The Vab With New Reliable Code Compliant Electrical Substations And Associated Downstream Equipment. Additionally, A New Arc Flash Study Will Be Performed As A Part Of This Project.
the Work Includes, But Is Not Limited To, The Following:
1. Removal Existing Electrical Equipment And Installation Of New Substations (switchgear/transformers/medium Voltage Switches), Including Installation Of Programmable Logic Controllers (plc) At Locations Inside The New Substation, Installation Of Plc Control And Power Wiring, Installation Of Sensing Devices, And Connection To Plcs For The Circuit.
2. Existing Equipment, Components, Assemblies, Etc., That Must Be Removed And Replaced/reinstalled Are Known To Have Coatings Containing Or Are Partially Comprised Of Asbestos, Heavy Metals, And/or Pcbs. Abatement Procedures Will Be Required For Certain Construction Activities.
this Project Involves Working In A Fully Operational Facility That Cannot Have Any Significant Duration Of Downtime Without Substantial Coordination Around Launch, Launch Vehicle Processing Schedules, And Testing And Manufacturing Related To Various Launch Vehicles. Phasing Of Work Around Daily Operations Of The Vab Are Critical To The Success Of The Project. Daily Coordination With Operations Personnel For Outages And Work In Different Areas Will Be Required To Keep The Vab Operational While Performing The Work Specified In The Contract Documents.
no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis.
interested Firms Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement Of No More Than Eight (8) Pages Indicating The Ability To Perform All Aspects Of The Effort.
the Capabilities Statement Package Must Include, As A Minimum The Following:
a One-page Cover Sheet Referencing Source Sought Notice “80ksc025zcs004l” Capabilities Statement – “vehicle Assembly Building (vab) Power Phase I (tower C)” At Kennedy Space Center, Florida 32899.
1. Company Name, Unique Entity Id, Cage Code, Address, Description Of Principal Business Activity, And Primary Point Of Contact (e-mail Address And Phone Number).
2. Provide Your Firm’s Number Of Employees And State Whether Your Firm Is A Large Or Small Business In Naics Code 237130. State Your Firm’s Principal Business Activity; And Specifically Identify If You Are A Vosb, Wosb, Hubzone Small Business, Or An 8(a) Small Business.
3. Financial Capability – Provide Bonding Capacity Of Your Firm, A Copy Of The Most Current Balance Sheet And Income Statement, And The Firm’s Average Annual Revenue For The Past 3 Years.
4. Experience – Provide The Number Of Years In Business And Listing Of Relevant Work Performed In The Previous 5 Years. For Each Example Of Relevant Experience, Identify Whether It Is A Contract As A Prime Contractor, Task Order Within A Larger Contract As Prime Contractor, Or A Subcontract To A Prime Contractor. For Each Example Of Relevant Experience, Identify The Start Date, Completion Date (or Ongoing), And The Contract, Task Order, Or Subcontract Value, As Applicable. Relevant Work For The Purposes Of This Notice Can Be Defined As, But Not Limited To, The Following:
A. The Contractor Must Have Demonstrated Utility And Power System Construction Experience With The Procurement, Installation, Activation, Testing, And Documentation Of 15kv/480vac Class Electrical Substations Or Higher; Installation Of Switchgear With Ratings Up To 2,500a, 3 Phase, At 480/277vac; And Installation Of Medium Voltage Transformers Up To 13.8kv With Kva Ratings Of Up To 1,00kva.
B. The Contractor Must Have Demonstrated Experience With Power System Analysis (short Circuit Studies, Protective Device Coordination Studies) And Electrical Hazard (arc-flash) Analysis As Described Above In The Scope Of Work.
C. The Contractor Must Have Demonstrated Experience Implementing, Validating, Testing, And Documenting Protective Relay Settings, Instrument And Control Schemes, And Networking Of Components For Remote Monitoring And Control.
D. The Contractor Must Have Demonstrated Experience With Power System Electrical Hazard Analysis, Detailed Job Hazard Analysis, And The Wearing Arc-flash And Shock Prevention Personnel Protective Equipment While Working In The Vicinity Of Energized Equipment With Energized Insulated Cables Or Un-insulated Components Present.
E. The Contractor Must Have Demonstrated Experience With Coordination With Other Contractors Doing Other Ongoing Projects In The Same Facility Or Work Areas.
F. The Contractor Must Have Demonstrated Experience With Performance Of Projects In Which They Had A Safe And Successful Project With An Operational Facility Where Operations Have To Continue Uninterrupted Thru The Duration Of The Project.
G. The Contractor Must Have Demonstrated Experience With Electrical System Modification Inside Of An Operational Facility And Coordination With Plant Operators To Schedule The Work So It Does Not Impact Operations.
H. The Contractor Must Have Demonstrated Experience With Selective Demolition Of Large Electrical Equipment, Control System Instrumentation, And Structural Members That May Contain Heavy Metals, Pcb’s, Asbestos, Or Other Hazardous Type Materials.
I. The Contractor Must Have Demonstrated Experience With Preparation Of Computer-generated Engineering Shop Drawings And As-built Documentation Including Control Panel Assembly Drawings, End-to-end Wiring Diagrams, Network Diagrams, And Control System Diagrams, Plc Programs With Comments And Operations And Maintenance (o&m) Manuals.
J. The Contractor Must Have Demonstrated Experience With Projects Involving The Need To Plan, Manage, And Execute High Quality Work To Meet Critical Schedule Milestones/requirements.
all Responses Shall Be Submitted Electronically Via Email To Lacorsha Noel At Lacorsha.d.noel@nasa.gov And Randall Gumke At Randall.a.gumke@nasa.gov No Later Than 12:00 Pm Est February 27, 2025. Please Reference Source Sought Notice “80ksc025zcs004l Vab Power Phase I (tower C)” In Any Response.
this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Respondents Deemed Fully Qualified Will Be Considered In Any Resultant Solicitation For The Requirement.
note: If A Solicitation Is Issued, It Is Anticipated The Specifications And Drawings For This Project Will Have An Export Determination Of Ear 99 – Ear Controlled – Itar Controlled And Are Considered Controlled Documents. Therefore, Download Of Documents Won’t Be Permitted Until Requesters Have Been Cleared Through The Defense Logistics Information Service (dlis). Please Begin Dlis Registration Immediately Since Clearance Could Take A Couple Of Weeks. All Contractors Interested In Receiving Drawings And Specifications For This Project Must Ensure They Have Been Screened By The Defense Logistics Agency (dla) Joint Certification Program (jcp) By Completing A Dd Form 2345. To Complete The Dd Form 2345, Go To The Website Https://www.dla.mil/hq/logisicsoperations/services/jcp/, In The Search Box Enter “joint Certification”, Select “jcp Dd Form 2345 Instructions”. This Process Does Take Time And The Government Encourages Contractors To Start As Soon As Possible.
if A Contractor Has Been Previously Screened By Dla They Can Verify If Their Status Is Still Active By Utilizing Their Cage Code At: Https://public.logisicsinformationservice.dla.mil/jcp/search.aspx.
notice Is Hereby Provided That Access To The Drawings And Specifications Will Be Limited To Offerors Certified By Dla.
Closing Date27 Feb 2025
Tender AmountRefer Documents
Northern Railway - NR Tender
Works
Electrical and Electronics
Ireps
India
Details: Description:- Supply, Installation, Testing And Commissioning Of 1000kva Package Type Substation
comprising With11 Kv Ht Three-way Rmu (2ika.3sec)with 2 Nos. Load Breakswitch & 1 No Sf6 Vcb With
ctr-5d/1a.cl-5p10.2.5 Va With Inbuilt Idmt Protection. 1000 Kva 11/433 Kv Dry Type Transformer
withoffloadtaplink+5%to-10%instepsof2.5%completewithallaccessories.1600afp
electrically Draw Out Type Acb 50 Ka O/l, S/c. Microprocessor Based. 800 A Fp Electrically Draw Out
type Acb 50ka O/l.s/c. Microprocessor Based, 3x400a Tp Manually Fixed Type Mccb 36 Ka O/l ,s/c
thermal Magnetic Based 3x250a Tp Manually Fixed Type Mccb 36 Ka O/l, S/c Thermal Magnetic
based. Interconnection Between Ht Section. Transformer & Lt Section Through Ai Bus Bar & Copper
cable. Css Enclosemade Out Of Gi Sheet Complete With Standard Fitting And Suitable For Outdoor
installation With Our Innovative Complete With Exhaust Fan. Thermostat. Internal Illumination Door
limits Witches Etc S O/l.s/c.e/f Protection, Complete With Indication Lamps With Protection Mcb With
accessories Complete As Per Is/ie Rules And Site Requirement.
Closing Date3 Jan 2025
Tender AmountINR 12.1 Million (USD 142.3 K)
Automotive Industry Development Centre - aidc Tender
Others...+1Electrical and Electronics
South Africa
Details: Details Tender Number Aidc-t06-2024/25 Department Automotive Industry Development Centre (aidc) Tender Type Request For Bid(open-tender) Province Gauteng Date Published 13 December 2024 Closing Date 28 January 2025 11 00 Place Where Goods, Works Or Services Are Required Automotive Supplier Park-rosslyn-pretoria-0200 Special Conditions The Following Different Sites, Namely 1) Automotive Supplier Park (asp) Rosslyn 2) Automotive Incubation Centre (aic) Silverton 3) Winterveld Enterprise Hub – Winterfeld 4) Gauteng Learning Centre (galc) Rosslyn 5) Chamdor Automotive Hub Krugersdorp Enquiries Contact Person Aidc Scm Department Email Aidctenders@aidc.co.za Telephone Number 012-564-5001 Fax Number 012-564-5001 Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 16 January 2025 10 00 Briefing Venue Automotive Supplier Park, 30 Helium Road, Rosslyn, 0200 Tender Documents Annexure E Aw Electrical Works _ Boq (unpriced) (rev.01) _ Protected.xlsx Annexure G Substation, Mini Sub, Transformers Data (old).xlsx Annexure B Popia Compliance.pdf Annexure D Reporting Unethical Conduct.jpg Annexure F Aidc Ht Detailed Maintenance Plan.xlsx Aidc_t06_2024_25 As And When Electrical Works.pdf Annexure A She Spec For Electric Works.pdf Annexure C Value-added Tax (vat).pdf
Closing Date28 Jan 2025
Tender AmountRefer Documents
Fingrid Oyj Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Finland
Details: Title: 400 Kv And 220 Kv Busbar Vibration Dampers
description: Fingrid Oyj, The Finnish National Transmission System Operator, Is Initiating A Procurement Process For 400 Kv And 220 Kv Substation Busbar Vibration Dampers With The Intended Delivery During 2025 For Central Warehouse Located In Finland. With This Invitation To Participate Fingrid Is Looking For Capable And Interested Suppliers Of Vibration Dampers. In Our Operating Model, The Network Of Service And Goods Suppliers And Good Co-operation With Suppliers Are Especially Important. We Require All Our Contractual Partners Who Supply Us With Services Or Goods To Be Aware Of Fingrid’s Significant Social Duty And To Commit To Responsibility For The Economic, Social And Environmental Effects Of Their Operations. Delivery Consists Of 700 Pieces Of 400 Kv And 180 Pieces Of 220 Kv Busbar Vibration Dampers. Vibration Dampers Are Used To Prevent Busbar Aeolian Vibration Which Is Caused By Vortex Shedding At The First And Second Natural Frequencies Of The Busbar. Preliminary Procurement Schedule 1. Request To Participate Week 7 2. Deadline For Applications Week 9/10 3. Selection Of Candidates Intended To Be Made Week 10. 4. Negotiations With Participants During Week 11-12 (the Attached Draft Contract Serves As The Basis For Negotiations.) 5. Final Call For Tender Week 13/14 6. Deadline For Final Offer Week 16 7. Procurement Decision Week 17 8. Contract Can Be Signed When The Mandatory Exclusion Criteria (incl. Criminal Records) Have Been Checked And 14 Day Waiting Period Has Ended (appr. Week 20)
Closing Date28 Feb 2025
Tender AmountRefer Documents
3111-3120 of 3153 archived Tenders