Survey Tenders
Survey Tenders
Department Of Public Works And Highways - DPWH Tender
Automobiles and Auto Parts
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 51.3 K (USD 878)
Description: Rental Of Service Vehicle For Use In The Soil Survey & Supervision Of Various Projects Within The District (1-unit 4x4 Pick Up ) (march 3-14, 2025) (equipment Rental) , Construction Equipment ,department Of Public Works And Highways - North Cotabato 2nd Deo
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Details: The Dla Aviation Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Yoke, Main Rotor Assembly; Nsn 1615-00-757-2905. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting 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 Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Bad Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 05, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: 204-011-102-017 nomenclature: Yoke, Main Rotor Assembly nsn: 1615-00-757-2905 estimated Requirement: 55 Each technical Orders And Qualification Requirements Are Not Available.
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc), Intends To Acquire parts To Support The 15 Kw, 400 Hz Patriot Generator Set. requirements Description: this Is A Market Survey To Locate A Source For Radiator, Engine Coolant, nsn: 2930-01-541-1912. P/n 409667 Cage Code: 93742. The System This Part Supports Is A 400 Hz, 15 Kw Tactical Quiet Skid Mounted Generator Set. The Part Requested Is A Radiator Which Plays An Integral Role In Cooling The Diesel Engine As It Distributes Power. 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: 2930-01-541-1912 nomenclature: radiator, Engine Coolant part Number: 409667 cage: 93742 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 02/14/2025 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
Hazar Tender
Civil And Construction...+1Excavation
Turkmenistan
Closing Date1 Mar 2025
Tender AmountRefer Documents
Description: “Khazar” Consortium Announces Tender for Geophysical Survey of Wells
US GEOLOGICAL SURVEY USA Tender
Other Consultancy Services...+1Consultancy Services
United States
Closing Soon4 Feb 2025
Tender AmountRefer Documents
Purchaser Name: US GEOLOGICAL SURVEY USA | Details: Shakealert Earthquake Early Warning System Education Framework Project Synopsis:the Department Of The Interior (doi), United States Geological Survey (usgs), Earthquake Science Center, Seeks To Require Professional Services To Support The Shakealert Early Warning System Education Framework Project. The Overall Goal Of This Project Is To Update Current Documents, Guidelines, Graphics, And Other Materials. Additionally, There Is A Need To Define New And Different Strategies And Materials That More Fully Represent The Characteristics And Needs Of Various Publics In Order To Provide Greater Overall Effectiveness Of Shakealert Communication Education Outreach (ceo) Resources And Activities.naics Code: 541380 – Other Management Consulting Services. Size Standard $19.0 Million.psc Code: B542 – Special Studies/analyses – Educational.this Acquisition Is Set Aside For Small Businesses. The Anticipated Award Will Be For A Firm, Fixed Price Contract With (1) One-year Period Of Performance And (1) One Option Year Subject To Availability Of Funds And Continuing Needs. The Estimated Start Date Is March 1, 2025. The Solicitation Package Will Include The Solicitation Forms (sf 1449), Statement Of Work And Other Attachments As Required, Documents Will Be Posted Solicitation 140g0325q0026 Will Be Made Available Through Sam.gov On Or About February 4, 2025, Iaw Far 5.102(a)(1). We Intend To Award A Single Contract As Described Above In Accordance With The Procedures Of Federal Acquisition Regulation (far) Part 12, Entitled, “acquisition Of Commercial Items” And Far Part 13.5, Entitled, “simplified Procedures For Certain Commercial Items”. This Notice And Any Resulting Solicitation Or Contract Conform To The Requirements In Place Through Fac 2025-03, Effective January 17, 2025. Prospective Contractors Are Not Required To Respond To This Pre-solicitation Notice. Direct All Questions Or Concerns To Contracting Poc At Yangzhideng@usgs.gov.contractors Must Be Registered In The System For Award Management (sam) In Order To Participate In This Requirement. The Sam Can Be Found At Https://sam.gov. Payments Will Be Made Via Electronic Funds Transfer Using The Data Within The Sam Registration Database.contracting Poc:yangzhi Deng, Contracting Officerusgs Branch Of Acquisition And Grants, Sacramento Office3020 State University Drive East, Modoc Hall Suite 2002sacramento, Ca 95819yangzhideng@usgs.gov
Northern Ireland Housing Executive Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
United Kingdom
Closing Date4 Mar 2025
Tender AmountGBP 195 K (USD 242.1 K)
Details: The Provision Of Mechanical + Electrical Services In Relation To Major Adaptations To Nihe Dwellings For People With Disabilities (mapds) North + South Region (from Survey To Completion Of Works On Site). There Will Be 2 Lots:- Lot 1 North Region Lot 2 South Region
National Irrigation Administration Tender
Software and IT Solutions
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Description: Supply Of 1 Lot Office Equipment For Fgis Related Activities Of O&m Unit , Surveying Instruments ,national Irrigation Administration - Compostela Valley
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents
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.
Department Of Capital Construction Under The Mayor's Office Of The City Of Bishkek Tender
Others
Kyrgyzstan
Closing Date13 Feb 2025
Tender AmountKGS 2.6 Million (USD 29.7 K)
Description: Design and survey works: "reconstruction of the building of secondary school No. 27"
221-230 of 3117 active Tenders