Survey Tenders

Survey Tenders

Ypo Tender

United Kingdom
Details: Ypo Are Looking For Providers To Be Appointed Onto A Dynamic Purchasing System (dps) For The Provision Of Civil Engineering Works And Services And Are Seeking To Appoint Providers Who Provide One Or More Of The Following Services: Survey, Design, Supply, Project Management, Installation And/or Maintenance Of The Following Categories; Road & Highway Infrastructure, Rail Transport Infrastructure, Flood And Storm Management, Renewable Energies, Solar, Air Transport Infrastructure, Water And Utilities, Coastal & River Protection, Geotechnical And Land Maintenance (inc Surveying & Ground Investigation). The Dps Is Designed To Meet The Needs Of All Public Sector Organisations Which Includes Ypo’s Internal Requirements And Any Of Ypo’s Wholly Owned Associated Or Subsidiary Companies.
Closing Date28 Oct 2028
Tender AmountRefer Documents 

MARIANUM Pohrebn Ctvo Mesta Bratislavy Tender

Services
Slovakia
Description: Slovakia – Architectural, Engineering And Surveying Services – Dns Architektonické A Inžinierske Služby
Closing Date26 Feb 2027
Tender AmountEUR 250 K (USD 261.5 K)

DEFENSE LOGISTICS AGENCY USA Tender

United States
Details: The Intent Of This Sources Sought Is To Identify Qualified Businesses, For The Requirement Described Below. The Intent Of This Sources Sought Is To Identify Capable Businesses That Can Perform Without Limitations On Subcontracting.  the Scope Of Work Requires The Transportation And Disposal Of Rcra Hazardous Wastes, Non-rcra Wastes, Compressed Gas Cylinders, State-regulated Waste, Non-hazardous Waste, And Polychlorinated Biphenyls (pcbs) In And Aroundlocation. All Services Necessary For The Collection, Storage, Processing, Removal, Transportation, Final Treatment And Disposal Of Waste Shall Be In Accordance With All Local, State, Department Of Defense, And Federal Laws And Regulations.  we Have Identified The Majority Of Rcra Tsdfs (treatment, Storage, Disposal Facilities) In The Industry As Large Businesses. All Tsdfs Used During The Performance Of This Contract Must Be Approved And Listed On The Qualified Facilities List (https://www.dla.mil/dispositionservices/offers/disposal/hazardouswaste/hazwastedisposal/). *the Government Intends To Solicit Proposals On Sam.gov And Award A Firm-fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The Contract Is Anticipated To Have One 30-month Base Period, Followed By One 30-month Option Period. There Is No Solicitation Available At This Time, However, Attached Is The Draft Price Schedule And Pws That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Limitations On Subcontracting Deviation Requirements.  if Your Firm Is Capable Of Performing The Requested Services, Without The Limitations On Subcontracting, The Capabilities Package Detailed Below Is Not Required. In Accordance With Far 6.101(a), With Certain Limited Exceptions, Contracting Officers Shall Promote And Provide For Full And Open Competition In Soliciting Offers And Awarding Government Contracts. If Your Firm Would Like To Respond To This Sources Sought, But Is Unable To Meet The Limitations On Subcontracting, Please Emailjose.acevedo@dla.milwith “sources Soughtspain” In The Subject Line, Stating Your Firms’ Notification Of Interest (a Capabilities Package Is Not Required).  submission Requirements: Interested Firms Must Demonstrate Their Ability To Perform The Requested Services, Described Above, By Submitting A Brief Capabilities Package (no More Than Three Pages In Length, Single-spaced, 12-point Font Minimum). This Documentation Shall Identify, At A Minimum: (1) Company Name, Office Location(s), Cage Code, And A Statement Identifying Small Business Category And Current Status Of The Small Business Classification;  (2) Relevant Experience Within The Last Five Years, Including Any Contract Number(s), Names Of Individuals Responsible For The Referenced Contracts/projects, And Current Telephone Numbers For Those Individuals; If You Were A Subcontractor, Identify The Work You Actually Performed As The Sub-contractor; And  (3) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract, Identifying Each Tsdf As Similarly Situated Or Not As Your Firm.  the Submittal Package Must Be Emailed Tojose.acevedo@dla.milwith “sources Soughtspain” In The Subject Line. The Submittal Package Must Be Received No Later Than1300 Est On8/25/2024. Late Responses Will Not Be Accepted.  all Responsible Firms, Including Small Businesses, Are Eligible To Submit A Proposal In Response To An Unrestricted Solicitation.  a Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
Closing Date25 Aug 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n792.06|s8x|215-697-0275|patrick.j.horan23.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| 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, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . manufacturing This Item Requires Two Individual Piece Be Made. One Being The outer Shell Or The Container That Houses The T-56 Qeca. The Second Being The inner Frame Adapter Assembly (ifaa). They Are A Set Item Under This Tdp. 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page One; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;706e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=std-225 |05259| | |c| | | | drawing Data=std-228 |05259| | |c| | | | drawing Data=std-295 |05259| | |c| | | | drawing Data=std-360 |05259| | |c| | | | drawing Data=13c099 |05259| | |c| | | | drawing Data=13c102 |05259| | |c| | | | drawing Data=15930 |80132| | |d| | | | drawing Data=17e070 |05259| | |c| | | | drawing Data=706b009 |05259| | |c| | | | drawing Data=706d010 |05259| | |c| | | | drawing Data=706d012 |05259| | |c| | | | drawing Data=706d013 |05259| | |c| | | | drawing Data=706d014 |05259| | |c| | | | drawing Data=706d020 |05259| | |c| | | | drawing Data=706e001 |05259| | |c| | | | drawing Data=706e002 |05259| | |c| | | | drawing Data=706e003 |05259| | |c| | | | drawing Data=706e004 |05259| | |c| | | | drawing Data=706e005 |05259| | |c| | | | drawing Data=706e006 |05259| | |c| | | | drawing Data=706e007 |05259| | |c| | | | drawing Data=706e008 |05259| | |c| | | | drawing Data=706e011 |05259| | |c| | | | drawing Data=706e015 |05259| | |c| | | | drawing Data=706e016 |05259| | |c| | | | drawing Data=706e017 |05259| | |c| | | | drawing Data=706e018 |05259| | |c| | | | drawing Data=706e019 |05259| | |c| | | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. acceptance Criteria For Aluminum Fabrication //all Welds Shall Be Visually Inspected. Visual Inspection Shall Include 5 Power Magnifications When Suspect Condition Is To Be Examined Beyond The Capability Of Normal Vision. A Weld Shall Be Acceptable By Visual inspection If It Shows The Following:(1) The Weld Shall Have No Cracks (2) Through Fusion Shall Exist Between Adjacent Layers Of Weld Metal, And Between Weld Metal And Base Metal. (3) Weld Profiles Shall Be In Conformance With Aws D1.2 D1.2m:2003. (4) porosity Is Not Permitted. Critical And Major Welds On The Ifaa Shall Be Subjected To Further Non-destructive Testing Using Dye Penetrant Inspection To Determine The Presence Of Surface Cracks. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirement Section Of the Contract. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17 (0771.17); Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. contact Code N241.17 Or N241.10 To Arrange For First Article Test Facility Location. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers And Modifications In The Records Receptacle Of The First Article Container. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Welds On The Ifaa Will Be Visually Inspected In Accordance With Aws B1.11:2000 And Then Dye Penetrant Inspected In Accordance With Aws B1.10:1999. The Weld Inspection Criteria Is Listed In The Requirments Section Note. Additional Acceptance Criteria Is Also in Mil-w-22248 Or Awsd1.2:2003 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 706e001-1 And Sub-drawings Isapplicable.; 4.2.2 Requirements Of: ;to Drawing (05259) 706e001-1 And Sub-drawings Is Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies, Use Actual Item; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;706e001-1; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;20,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;706e001-1; ; , Revision ;latest; ; Within ;160; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;120; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Niin And Tdp Are Setup For The Procurement Of Both, An Inner-frame And Anouter-shell Container For The T56 Qeca Engine. I. Stanke, 0771.13, X2458, 03/25/05. this Buy Has The Updated Drawings For The Extrusion Which Are No Longer Source Controlled. additionally, On Drawing Number 706e005 The Roller Assembly, (part Number 17c069-1) Listed As Item Number 26, Has An Alternate Source Of Supply. This Alternate Source Of Supply Is Hilman Inc., Cage (28013), And The Part Number Is From Drawing Number 5-ot-03119, rev. "9". I. Stanke, 0771.13, X2458, 09/27/05.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

BARANGAY BUALAN, TUBOD, LANAO DEL NORTE Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Lanao Del Norte Municipality Of Tubod Barangay Bualan Office Of The Bids And Awards Committee Invitation To Bid Barangay Road Concreting Of Purok 4 At 1 Kilometer (phase 1) Purok 4, Bualan, Tubod, Lanao Del Norte (itb-2024-rdv-004) Approved Budget For The Contract: Php 550,000.00 Barangay Bualan, Tubod, Lanao Del Norte, Through Its Bids And Awards Committee (bac), Invites Contractors Registered And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Contract : Barangay Road Concreting Of Purok 4 At 1 Kilometer (phase 1) Location : Purok 4, Bualan, Tubod, Lanao Del Norte Source Of Funds : 20% Barangay Development Fund 2024 Procurement Mode : Public Bidding Contract Duration : 40 Calendar Days Brief Description : Barangay Road Concreting Of Purok 4 At 1 Kilometer (phase 1) At Purok 4, Bualan, Tubod, Lanao Del Norte Scope Of Works: Item No. Description Quantity Unit A.1 Provision Of Field Office For The Engineers 6 Months B.4(1) Construction Survey And Staking 0.15 Km B.5 Project Billboard \ Signboard 2 Each B.7(1) Occupational Safety And Health Program 1 Lump Sum B.9 Mobilization And Demobilization 1 Lot Grading 1 Lot Embankment 80 Cu.m Compaction 1 Lot 200(1) Aggregate Subbase Course 75 Cu.m. 311(1)c1 Portland Cement Concrete Pavement (unreinforced), 0.20m Thick 75 Cu.m. Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With The Value Of At Least 50% Of The Abc, And Have The Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Posting Of Invitation To Bid February 4, 2025 Up To Stage 3 Brgy Hall, Bualan, Tubod, Lanao Del Norte 2. Issuance Of Bid Documents / Pre-bid Conference February 12, 2025 @ 9:00 A.m. Brgy Hall, Bualan, Tubod, Lanao Del Norte 3. Submission And Receipts Of Bids (including Opening Of Bids & Eligibility Check) February 24, 2025 @ 1:00 P.m. Brgy Hall, Bualan, Tubod, Lanao Del Norte 4. Bid Evaluation February 24, 2025 @ 2:00 P.m. Brgy Hall, Bualan, Tubod, Lanao Del Norte 5. Post Qualification February 27, 2025@ 2:00 P.m. Brgy Hall, Bualan, Tubod, Lanao Del Norte 6. Approval Of Resolutions/issuance Of Notice Of Award March 4 And 5, 2025 Brgy Hall, Bualan, Tubod, Lanao Del Norte All Bids Shall Be Accompanied By A Bid Security. The Bid Security Shall Be In An Amount Of Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A. Cash, Cashier’s/manager’s Cheque Issued By A Universal Or Commercial Bank. Two Percent (2%) B. Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D. Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security. Bidders May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks By The Bsp As Authorized To Issue Such Financial Instrument. Bid Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Five Hundred Pesos Only (php 500.00) At The Treasurer, Barangay Bualan, Tubod, Lanao Del Norte. Barangay Bualan, Tubod, Lanao Del Norte Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Lgu-barangay Bualan Bids And Awards Committee Telephone No.: 09362338242 Approved By: Remegio D. Villa
Closing Soon24 Feb 2025
Tender AmountPHP 550 K (USD 9.5 K)

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF USA Tender

United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Offers, Quotes Or Proposals. This Notice Does Not Represent A Commitment By The Government To Issue A Solicitation Or Award A Contract. This Is A Market Research Tool Only To Determine The Capability Of Potential Sources. No Reimbursement Will Be Made For Any Costs Incurred And/or Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information. Contractors Shall Not Submit Proposals, Quotes, Or Bids In Response To This Sources Sought. the Department Of Housing And Urban Development (hud) 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 Mortgagee Compliance Manager (mcm). The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code And Size Standards Will Be Determined After This Sources Sought Announcement. All Large And Small Businesses Including Small Disadvantaged Business (sdb), 8(a), Hub Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business And Women-owned Small Business Concerns Are Encouraged To Respond With A Capability Statement That Is Aligned With The Draft Performance Work Statement (pws). 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.
Closing Date13 Aug 2025
Tender AmountRefer Documents 

Scottish Government Tender

United Kingdom
Description: Provision Of Attainment Scotland Fund Evaluation School Based Survey And Case Study Research
Closing Date30 Jul 2025
Tender AmountGBP 100 K (USD 125.6 K)

Water Resources Department - WRD Tender

Works
Civil And Construction...+4Irrigation Work, Consultancy Services, Water Storage And Supply, Civil And Architectural Services
Eprocure
Corrigendum : Closing Date Modified
India
Details: Construction Of Devri Pressurised Pipe Irrigation System To Supply Water through The Rising/gravity Mains For Micro Irrigation To Deliver At farmers Field Upto 5.0 Ha With A Duty Of 0.35 Lit/sec/ha And Maintained up To 5.0 Ha Chak, Keeping The Discharge Of Minimum 10 Times The Duty at 01 Hectare And At Least 25 Meter Residual Head At Each 5.0 Ha Chak for Micro Pressurized Irrigation (drip/sprinkler) By Rotation With A Total power Requirement Of 4.31 Mw In The Culturable Command Area Of 7500 Hectare, Out Of Gross Command Area 10000 Hectare, Fully Covering the Entire Compact And Contiguous Possible Arable Area And Any Area increase/ Decrease In Cca Within / Beyond The Gca Shall Be Permitted with Written Approval Of Chief Engineer As Per The Index Map For Micro irrigation System Under Devri It Includes All Activities Starting From survey, Investigation, Designing, Procurement, Construction, Laying, installing, Etc. Of Gravity Mains, Main Line, Branch Lines, Distribution network, Controlling And Regulation System Etc. For Supply Of Water For irrigation Under Pressure With Scada And Automation And Construction of Approach Roads As Per Pmsy
Closing Soon21 Feb 2025
Tender AmountINR 1.4 Billion (USD 16.5 Million)

Network Rail Infrastructure Ltd Tender

United Kingdom
Description: Provision Of Helicopter Services To Deliver Aerial Survey Work
Closing Date18 Jul 2025
Tender AmountRefer Documents 

Dumfries And Galloway Council Tender

United Kingdom
Details: Swestrans Is One Of Seven Regional Transport Partnerships In Scotland And Covers An Area Contiguous Within The Boundaries Of Dumfries And Galloway Council. Swestrans Are Looking For An Organisation To Carry Out Condition Surveys And Report Back On Approx. 76 Installed Rti Display Boards In Bus Shelters Across Dumfries And Galloway. These Boards Have Not Been In Use Since 2016 And The Final Report Should Detail; Make, Model, Condition, Any Repair Charges To Make Operable Or If Rti Is Ber, And Software Compatibility. Cpv: 71311200, 71311200.
Closing Date17 Jul 2025
Tender AmountRefer Documents 
2641-2650 of 3162 active Tenders