Survey Tenders

Survey Tenders

Department Of Education Tender

Software and IT Solutions...+1Education And Training Services
Philippines
Description: Procurement Of Laptops And Broadband Satellite Internet Connection For The Conduct Of Pisa 2025 Main Survey Of Deped Misamis Oriental , Information Technology ,department Of Education - Division Of Misamis Oriental
Closing Soon5 Feb 2025
Tender AmountPHP 984 K (USD 16.8 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: N0016425snb31 – Request For Information (rfi)/sources Sought – Signals, Smoke, And Illumination, Marine, Mk 140 Mod 0 (red), Mk 141 Mod 0 (green), And Mk 144 Mod 0 (yellow) – Fsc 1370– Naics 325998 issue Date: 31 January 2025 – Closing Date: 03 March 2025 – 2pm Eastern Standard Time naval Surface Warfare Center (nswc) Crane Is Issuing This Rfi/sources Sought As Part Of Market Research In Accordance With Far Paragraph 15.201(e) And Far 10.001(a)(3)(i), To Determine If Sources Capable Of Satisfying The Agency’s Requirements Exist And To Determine The Availability And Technical Capability Of Industry To Provide Varying Configurations Of Signals, Smoke, And Illumination, Marine, Mk 140 Mod 0 (red), Mk 141 Mod 0 (green), And Mk 144 Mod 0 (yellow). the Submarine Signal Is A Complex Family Of Pyrotechnic Devices Of Various Color Displays: Red (mk 140), Green (mk 141), And Yellow (mk 144). The Signals Are Used To Produce Aerial Pyrotechnic Displays From A Submarine Launcher. The Signal Is An All-water Initiated Marine Signal Containing A Hydrostatic Fuse And Upon Functioning, Produces Parachute Suspended Red, Green, And Yellow (respectively) Smoke And Flare Displays. The Complexity Of The Current Design And Low Procurement Volume Results In A Manufacturing Environment That Is Operator-skill Dependent And Costly In Terms Of Equipment And Tooling. The Signals Have Historically Had Prolonged Lead Times Resulting In Higher Production Engineering Costs And A Strain On Inventory Levels. The Signals Are Approximately 39.0 Inches Long By 3.0 Inches In Diameter, Weigh Approximately 8.0 Pounds, And The Explosive Weight Is Approximately 13.8 Ounces. physical Requirements (for All Signals) the Signals Must Pass Through A Gage Tube That Is 3.082 Inches Inside Diameter, 36.00+1.00/-0.00 Inches Long And Straight Within .003 Inches (except The Guide Lug And Protective Cap) functional Requirements mk 140 Mod 0 Signal (red) national Stock Number: 1370-01-479-7782 unit Of Issue: Each the Signal Shall Meet The Requirements Below After Receiving A Hydrostatic Pressure Of 1,300 Psig For A Minimum Period Of 5 Minutes the Signal Shall Meet The Requirements Of Weapon Specification Oes-dtl-0076d the Signal Must Function (produce A Smoke And Flare Display) ejection Of The Upper Carrier (parachute Suspended Candle Payload) Shall Not Be Less Than 5 Seconds And Shall Not Be Greater Than 30 Seconds the Signal Must Produce A Flare Display In The Air For A Minimum Of 20 Seconds the Signal Must Produce A Smoke Display In The Air For A Minimum Of 14 Seconds the Signal Must Withstand A Vacuum Of 6.0±1.0 Inches Of Mercury For A Minimum Period Of 30 Seconds Without Leaking the Signal Must Withstand A 40 Foot Drop Test, Transportation Vibration Test, And Temperature And Humidity Test Without Burning, Exploding, Or Becoming Unsafe To Handle the Flare Assembly Shall Meet The Candlepower Minimum Average Of 20,000, Dominate Wave Length Of Min 600 To Max 650, And Minimum Percent Purity Of 55 To 80 For A Minimum Of 20 Seconds Starting 2.5 Seconds After Burn Initiation the Smoke Assembly Shall Produce A Continuous Smoke Display For Not Less Than 15 Seconds And Not Greater Than 40. mk 141 Mod 0 Signal (green): national Stock Number: 1370-01-479-7775 unit Of Issue: Each the Signal Shall Meet The Requirements Below After Receiving A Hydrostatic Pressure Of 1,300 Psig For A Minimum Period Of 5 Minutes the Signal Shall Meet The Requirements Of Weapon Specification Oes-dtl-0077c the Signal Must Function (i.e. Produce A Smoke And Flare Display) ejection Of The Upper Carrier (parachute Suspended Candle Payload) Shall Not Be Less Than 5 Seconds And Shall Not Be Greater Than 30 Seconds the Smoke And Flare Display Must Be A Height Of 350 Feet, Maximum the Signal Must Produce A Flare Display In The Air For A Minimum Of 10 Seconds the Signal Must Produce A Smoke Display In The Air For A Minimum Of 10 Seconds the Signal Must Withstand A Vacuum Of 6.0±1.0 Inches Of Mercury For A Minimum Period Of 30 Seconds Without Leaking the Signal Must Withstand A 40 Foot Drop Test, Transportation Vibration Test, And Temperature And Humidity Test Without Burning, Exploding, Or Becoming Unsafe To Handle. the Flare Assembly Shall Meet The Candlepower Minimum Average Of 12,000, Dominate Wave Length Of Min 500 To Max 570, And Minimum Percent Purity Of 35 To 60 For A Minimum Of 20 Seconds Starting 2.5 Seconds After Burn Initiation the Smoke Assembly Shall Produce A Continuous Smoke Display For Not Less Than 15 Seconds And Not Greater Than 35 mk 144 Mod 0 Signal (yellow): national Stock Number: 1370-01-479-7780 unit Of Issue: Each the Signal Shall Meet The Requirements Below After Receiving A Hydrostatic Pressure Of 1,300 Psig For A Minimum Period Of 5 Minutes the Signal Shall Meet The Requirements Of Weapon Specification Oes-dtl-0077c the Signal Must Function (i.e. Produce A Smoke And Flare Display) ejection Of The Upper Carrier (parachute Suspended Candle Payload) Shall Not Be Less Than 5 Seconds And Shall Not Be Greater Than 30 Seconds the Smoke And Flare Display Must Be A Height Of 350 Feet, Maximum the Signal Must Produce A Flare Display In The Air For A Minimum Of 10 Seconds the Signal Must Produce A Smoke Display In The Air For A Minimum Of 10 Seconds the Signal Must Withstand A Vacuum Of 6.0±1.0 Inches Of Mercury For A Minimum Period Of 30 Seconds Without Leaking the Signal Must Withstand A 40 Foot Drop Test, Transportation Vibration Test, And Temperature And Humidity Test Without Burning, Exploding, Or Becoming Unsafe To Handle. the Flare Assembly Shall Meet The Candlepower Minimum Average Of 15,000, Dominate Wave Length Min 575 To Max 593, And Minimum Percent Purity Of 77 To 90 For A Minimum Period Of 20 Seconds Starting 2.5 Seconds After Burn Initiation the Smoke Assembly Shall Produce A Continuous Smoke Display For Not Less Than 15 Seconds And Not Greater Than 35 safety And Qualification Requirements (for All Items): the Signals Must Be Functional After Being Subjected To Normal Life-cycle Environments (temperature And Humidity, Transportation Vibration, 5 Foot Drop, Etc.) the Signals, As Designed, Must Meet All Requirements Pertaining To Insensitive Munitions, Safety Series Testing, And Hazard Classification Testing the Producer Shall Use No Class 1 Ozone Depleting Substances Or Carcinogenic Materials/compositions In The Manufacture Of This Item all Wood Packing Material Shall Meet The Phytosanitary Requirements Of Dod 4140.65m, Ispm 15 Regulations, And The American Lumber Standard Committee, Incorporated “wood Packaging Material Enforcement Regulations” the Government Is Accepting Information Regarding Capabilities And Facilities From Companies Potentially Capable Of Meeting The Requirements As Described Above. All Interested Parties Are Encouraged To Submit Company And Product Literature, A White Paper No Longer Than Five Pages, And/or Other Pertinent Information. Offerors’ Responses Should Also Include The Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror’s In-house Capability To Execute, Design, And Produce, Along With Comparable Work Performed Within The Past Five Years (with A Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project). If Necessary, Responses Should Identify Other Government Contracts With Similar Efforts For The Government’s Consideration. this Is A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. At The Current Time, No Funding Is Available For Contractual Efforts. This Rfi/sources Sought Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp), And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. This Is Not A Solicitation For Cost Proposals And No Contract Shall Be Awarded From This Announcement. Any Costs Incurred By A Contractor Responding To This Rfi/sources Sought Is Not Reimbursable By The Government. contractors Must Be Properly Registered In The System For Award Management (sam) And The Joint Certification Program (jcp) In Order To Receive Any Future Controlled Attachments. Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Information About The Jcp Is Located At Https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx . questions Or Inquiries Should Be Directed To Derek Perry, Code 0232, Telephone 812-381-5304, E-mail Derek.s.perry2.civ@us.navy.mil . Please Reference The Above Rfi/sources Sought Number When Responding To This Notice.
Closing Date3 Mar 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Publishing and Printing
Philippines
Description: Procurement Of Plotter Machine ( Rfq 2024-0131-019 Pimo) Survey Unit , Information Technology ,national Irrigation Administration - Pimo
Closing Soon4 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)

City Of Edinburgh Council Tender

Others
United Kingdom
Description: Taxi Demand Surveys
Closing Date3 Mar 2025
Tender AmountGBP 60 K (USD 74.4 K)

Canara Bank Tender

Auction
Real Estate Service
India
Details: Auction Sale Of Immovable Property - All Parts And Parcels Of The Property Including The Property Of Mrs." "sweta Devi, Husband - Shri Anup Kumar Srivastava, In The Name Of, Account No. -" "142, Survey No. - 148, Tauzi No. - 951, Police Station No. - 10," "area - 4 Dhur (unit Of Land Measurement), Boundaries - North - Bharat Prasad, South -" "nand Kishore Prasad, East - Sheela Devi Vaidyar, West - Road," "place - Village - Dhangarhwa Tola, Parau, Rajendra Nagar, Police Station -" "- Raxaul, Police Station No. - 10, Circle - Raxaul, Tauzi No. - 951," "district - East Champaran."
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

GIC Housing Finance Limited Tender

Auction
India
Details: Auction Sale Of Immovable Property - Plot No. 12 (east Part), S4 Sai Saththi Sairam Nagar Annex, Survey No. 298, Ayathur Village, Veppampattu, Tiruvallur Taluk & Dist 602024 land Extent: 750 Sq Ft, Bua: 595 Sq Ft (2 Bhk)
Closing Date28 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs, Veterans Health Administration (vha), Network Contracting Office 19 (nco 19) Is Conducting A Market Survey And Is Seeking Potential Sources For Dental Laboratory Implants, Repairs And Accessories For A Base Year Plus 4 Additional Option Years. This Sources Sought Notice Is Issued For Information And Planning Purposes Only. This Is Not A Solicitation Or A Request For Proposal And Shall Not Be Construed As An Obligation Or Commitment By The Government. An Award Will Not Be Made On Any Offers Submitted In Response To This Notice, And It Shall Not Be Implied The Government Is Committed To Providing Any Solicitation Or Award Following This Notice. The Government Will Not Pay For Any Information Received In Response To This Request, Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided. responses Shall Be Submitted To Natasha.holland@va.gov By Feb 07, 2025 At 16:00 Mountain Time (mt). this Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Determine Interest And Capability Of Potential Qualified Sources Of Supply And Determine The Socioeconomic Size Classification Of The Supplier And Manufacturer Of The End Item. interested Companies Shall Provide, At A Minimum, The Following Information With Their Response; company Name And Address: point Of Contact (poc) name: email Address: phone Number: duns Number: the Anticipated North American Industry Classification System (naics) Code Is 339116 Dental Laboratories. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: [ ] Yes [ ] No - Small Business (sb) [ ] Yes [ ] No - Hubzone [ ] Yes [ ] No - Small Business 8(a) [ ] Yes [ ] No - Small Disadvantaged Business (sdb) [ ] Yes [ ] No - Women-owned (wo) Small Business [ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No - Veteran Owned Small Business (vosb) [ ] Yes [ ] No - Large Business [ ] Yes [ ] No - Other (please Specify) please Answer The Following Questions: [ ] Yes [ ] No - Does Not Exceed 500 Employees; (for Naics 339116, Must Be Verifiable Thru The System For Award Management) [ ] Yes [ ] No - Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; [ ] Yes [ ] No - Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice (identify How This Occurs); And [ ] Yes [ ] No - Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Cfr 121.406. place Of Manufacturer: ________________________________ size Standard Of Manufacturer: _________________________ note: Do Not Include Proprietary, Classified, Confidential, Or Sensitive Information In Responses. in Addition To Providing The Information Requested Above, Responding Companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Past Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: The Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For An Indefinite Delivery Indefinite Quantity (idiq), Single Award Task Order Contract (satoc), To Support Maintenance Dredging Operations And Associated Activities Spanning From Rocklanding Shoal To Richmond Harbor Locks. description Of Work: the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Maintenance Dredging By Hydraulic Cutter-head Dredge, In Various Shoals Between Rocklanding Shoal And Richmond Harbor Channel. The James River Federal Navigation Project Is Broken Into Three-segments That Include Lower, Middle And Upper James River Shoals. The Lower James River Segment Includes Rocklanding And Tribell Shoals. The Middle James River Segment Includes Goose Hill, Dancing Point To Swann Point, Jordan Point-harrison Bar Channel To Windmill Point, And City Point Channel. The Upper James River Segment Includes Richmond Deepwater Terminal (rdwt) To Hopewell, Rdwt Channel & Berthing Area, Richmond Harbor To Rdwt, And Richmond Harbor Channels. from Rocklanding Shoal To Rdwt Channel And Berthing Area, The Channel Is Maintained To A Required Depth Of -25 Feet Mean Lower Low Water (mllw). From Rdwt Channel And Berthing To Richmond Harbor, The Project Is Maintained To A Required Depth Of -18 Feet Mllw. No Widening Or Other Channel Framework Modifications Are Proposed At This Time. For The Entire James River Project, One Foot Of Advance Maintenance And One Foot Of Allowable Over-depth Dredging Will Be Considered As Part Of The Contract Dredging Pay Prism. Advance Maintenance Dredging Will Be Considered As Part Of The Required Pay Prism. The Maximum Dredging Pay Depth Is – 27 Feet Mllw. the Lower And Middle James River Shoals Utilize Overboard Placement Sites In The Vicinity Of The Channels To Place Dredged Material. The Upper James River Shoals Utilize Upland Placement Sites To Place Dredged Material Generated By The Project. The Dredged Material Removed From The Upper James River Shoals Is Expected To Be Placed In One Of The Designated Upper James River Upland Placement Sites That Includes Rdwt, Willis Road, Hatcher’s Island, Curles Neck, And Jones Neck. Annual Maintenance Dredging Activities Are Estimated To Generate Up To Approximately 2 Mcy Of Pay Volume For The Federal And Non-federal Navigation Project Work. the Contractor Shall Be Responsible For The Following: Dredging Within The Designated Areas To The Proposed Required And Allowable Pay Depths, Maintaining An Average Daily Plant Production Rate Of 7,500 Cubic Yards Per Day, Achieve Pumping Distances Exceeding 10,000 Linear Feet For Material Placement, Earthwork (spur And Containment Dike Construction And Management), Discharging The Material In The Designated Government-furnished Placement Site. In Accordance With The Most Recent Version Of Engineering Manual 385-1-1, The Proposed Idiq Satoc Will Include The Requirement To Replace Spillway Structures At Several Designated Government Furnished Upland Placement Sites. In Addition, The Upland Placement Sites Identified In The Statement Of Work Will Require Earthwork, Grubbing, Seeding, Grading, And Other Preparatory Work To Ensure Effluent Water Leaving The Designated Upland Placement Site Meets State Water Quality Requirements. Communicating With The Port Of Virginia Maritime Users To Minimize Impacts To Vessel Traffic, Adjacent Utilities, And Dredging Operations Will Be Required. in Accordance With Dfars 236.204, The Estimated Construction Price Range For This Project Is Between $25,000,000.00 And $100,000,000.00. Naics Code 237990 Applies. Sources Are Sought For All Interested Firms With A Naics Code Of 237990 With A Small Business Size Standard Of $37,000,000.00. the Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. construction Time: the Norfolk District Is Considering Award Of A 5-year Satoc Idiq Contract With The Contract Award Amount Not To Exceed $50,000,000 Over The Life Of The Contract. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025. draft Definitive Responsibility Criteria: in Accordance With Far 9.104-2, This Requirement Is Anticipated To Use Definitive Responsibility Criteria (drc) Which Are Specific And Objective Standards Established To Inform The Contracting Officer. These Criteria Will Be Used To Assess Whether The Apparent Low Bidder Can Demonstrate The Expertise And Specialized Facilities Needed For Adequate Contract Performance. The Inability Of A Contractor Otherwise Eligible For Award To Demonstrate Minimally Acceptable Experience As Measured By The Drc May Result In The Contracting Officer Determining The Contractor Is Not Responsible. the Definitive Responsibility Criteria Will Be Developed To Assess The Following Work Items: experience In Hydraulic-pipeline Dredging. experience In Performing Jobs Similar In Nature, Complexity, And Magnitude To This Project. experience In Earthwork And Managing The Disposal Facility During Dredge Material Placement Similar To The Magnitude Of This Project. survey Of The Dredging Industry the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Dredging Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To Performing Maintenance Dredging Of The James River Federal Navigation Project Located On And Between Rocklanding Shoal And The Richmond Harbor Locks Located Within Virginia’s James River Channel. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned). would You Be Interested In Bidding On The Solicitation When It Is Issued? Would You Bid On This Project As A Sole Contractor, Prime Contractor With Sub-contractor(s) Or As A Joint Venture? If The Answer Is No, Please Explain Why Not? Is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit? have You Worked On Dredging Jobs Similar In Nature, Complexity And Magnitude To This Project Within The Past 5 Years? Have You Managed The Dredge Material Placement Sites With The Inflows Similar In Magnitude To This Project In The Past 5-years? If So, Please Describe The Project(s) And For Whom The Work Was Performed. Indicate The Dollar Value Of The Project(s). Identify A Point Of Contact(s) And Phone Number, As A Performance Reference Of Relevant Experience. what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? have You Performed Rehabilitation Work Within Dredge Material Placement Sites For The Placement Of Dredged Material? This May Include Maintenance And Repair Of Existing Berm Systems And Performance Of Required Modifications To Spillways To Meet Safety Requirements. If So, Please List Pertinent Projects, Dollar Value, And A Point Of Contact As A Reference. are You Familiar With The Safety And Health Requirements Of Em 385-1-1? what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issue A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. The Government Will Utilize This Information In Determining An Acquisition Strategy. the Responses To This Sources Sought Must Be Submitted No Later Than 21 February 2025 Via E-mail To Contracting Specialist, Susan K. Ellis At Susan.k.ellis@usace.army.mil Cc’d Tiffany N. Kirtsey At Tiffany.n.kirtsey@usace.army.mil. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Http://sam.gov/content/home all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Http://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Municipality of Vresina Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Czech Republic
Details: The subject of the public contract is the construction of the "sewerage on Ul. Selská in Vřesině". The subject of the construction work is the construction of a new sewage system, including sewage connections, while the existing unified sewage system will be used as a storm sewer, including storm connections. Within the framework of the construction object So 01, the construction of a new gravity sewage system is proposed. This involves the construction of a main sewer and in Ul. Zahrádkářská, Ul. Selská and Ul. Lázeňská in a length of 999.63 MA, as well as the construction of a side branch - sewer A1 in Ul. Under the Reservoir, 150.0 M Long. The Individual Sewers Will Have the Following Parameters: Sewer A – PVC DN 250, Sn12, Length 812.50 M Sewer A – Pe100rc DN 250, Length 187.13 M Sewer A1 – PVC DN 250, Sn12, Length 150.0 M The Sewerage Sewer Also Includes the Construction of Individual Sewage Connections Terminated by a DN 425 Inspection Manhole. The Sewerage Connections Will Be Made of PVC DN 150, Total Length 300.81 M. In Total, 54 Connections Will Be Built. The Subject of the Construction Works Is Also the Execution of All Other Works Specified in Detail by the Project Documentation. The subject of the public contract is, in addition to the execution of construction work, also the preparation of documentation for the actual construction and geodetic survey of the construction.
Closing Date24 Feb 2025
Tender AmountCZK 26.2 Million (USD 1 Million)

DEFENSE LOGISTICS AGENCY USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc), Intends To Acquire Parts To Support The 30/60 Kw, Tactical Quiet Generator Set. requirements Description: this Is A Market Survey To Locate A Source For Display Unit (cim), Nsn 7025-01-618-6736, P/n 96-23754, Cage Code 30554. The System This Part Supports Is The U/o Mep-805, 30kw-50/60hz, Nsn: 6115-01-274-7389, Mep-815, 30kw 400hz, Nsn: 6115-01-274-7394, Mep-806, 60kw 50/60hz, Nsn: 6115-01-274-7390, And Mep-816, 60kw 400hz Nsn: 6115-01-274-7395 Tactical Quiet Generators (tqg). The Part Requested Is A Display Unit Which Plays An Integral Role In Control The System Outputs, Operational Control, And Constant Monitoring Of All The Functions. the Government Does Not Possess The Technical Data Package (tdp) For The Parts. The Tdp Is Not Available For Release. The Tdp Includes Level 2. Developmental Information. this Specific Nsn Has Been Identified For Maintenance And Sustainment Purposes. This Acquisition Is For A Five-year Indefinite Delivery Indefinite Quantity (idiq) Contract. the Following Additional Naics Apply: 335312 items And/or Services To Be Procured: nsn: 7025-01-618-6736 nomenclature: Computer Interface Module, Cim part Number: 96-23754 cage: 30554 requested Response Information: we Request That Sources Who Can Manufacture And Supply The Listed Parts Or Services Submit Information To Show Their Capability To Manufacture And Supply The Same Or Similar Parts. At A Minimum The Support Information You Submit Should Include, But Is Not Limited To, The Following: Questionnaire, And Any Other Applicable Documentation. suppliers Or Distributors Capable Of Furnishing This Component Must So Indicate, By Writing An Email To: Adam.f.zetts.civ@army.mil. The Response Must Include Product Lead Time, Price Break Ranges If Applicable, Other Relative Information That May Impact Acquisition, Supply Or Delivery, Vendor Name, Cage, Address, Company Representative, Tel/fax#, And Applicable Email Address. The Successful Supplier Shall Be Required To Warrant That The Item Supplied Will Satisfactorily Perform When Used For The Purpose Intended By The Army. For More Information Contact Adam Zetts, (443) 395-6327. notice, Response Due Date, And Points Of Contact: this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future. all Ssa Responses Should Be Emailed To The Technical And Competition Advocate Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Competition Advocate. please Submit Responses By 2/14/2025 technical Point Of Contact: Adam.f.zetts.civ@army.mil secondary Point Of Contact:john.f.blaha.civ@army.mil dla Aberdeen Small Business: Smbizlandcols@dla.mil
Closing Date14 Feb 2025
Tender AmountRefer Documents 
211-220 of 3114 active Tenders