Survey Tenders

Survey Tenders

City Of Edinburgh Council Tender

Civil And Construction...+1Others
United Kingdom
Closing Date7 Jan 2026
Tender AmountGBP 400 K (USD 502.4 K)
Description: Framework Agreement For Rope Access Survey, Minor Repairs And Associated Services

Oriental Mindoro Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 6.5 Million (USD 112.3 K)
Details: Description Part A - Facilities For The Engineers Provision Of Combined Field Office For The Engineer (rental Basis) 10.00 Month Part B - Other General Requirements Construction Survey And Staking 1.00 L.s. Permits And Clearance 1.00 L.s. Project Billboard / Signboard 2.00 Each Occupational Safety And Health Program 1.00 L.s. Mobilization / Demobilization 1.00 L.s. Part C - Earthworks Embankment From Borrow 896.00 M³ Subgrade Preparation (common Material) 616.00 M² Part D - Subbase And Base Course Aggregate Subbase Course 123.20 M³ Part E - Surface Course Portland Cement Concrete Pavement, 230mm Thick 440.00 M² Part F - Structural Concrete Concrete Railing (standard) 100.00 M Reinforcing Steel, Grade 40 821.00 Kgs Reinforcing Steel, Grade 60 1,478.00 Kgs Structural Concrete, Class A 20.68 Mpa 26.68 M³ Lean Concrete 2.44 M³ Paint 141.64 M² Premolded Expansion Joint Filler With Sealant, 12mm Thk 0.06 M³

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date16 May 2025
Tender AmountRefer Documents 
Details: Project Update 10 February 2025: The Bidder Site Survey Attendance Sheet Is Attached. Site Survey Was Held On 7 February 2025. ********************************************** solicitation Notice Update 15 January 2025: The Project Magnatude Is Corrected As Follows - project Magnitude: Between ¥100,000,000 And ¥500,000,000 (japanese Yen) (fars 36.204) ********************************************** the U.s. Army Corps Of Engineers, Japan District (poj) Is Providing A Solicitation Notice Pursuant To Far 36.213-3 For An Upcoming Invitation For Bid (ifb). project Information project Title: Replace Afn Radio Transmission Tower, Camp Kinser project Location: Okinawa, Japan product Service Code (psc): Z2bg – Repair Or Alteration Of Electronic And Communication Facility naics Code: 236220 – Commercial And Institutional Building Construction project Magnitude: Between ¥100,000,000,000 And ¥500,000,000,000 (japanese Yen) (fars 36.204) construction Type: Design-bid-build (dbb) Construction project Description: this Project Is To Replace The American Forces Network (afn) 300-feet (91.44 Meters) Amplitude Modulation (am) Medium Frequency Antenna System Tower And Install New Radials. The Project Is Located At Camp Kinser Transmitter Site, Near Building 951, Okinawa, Japan. The Existing Afn Am Radio Transmission Tower Antenna System At Camp Kinser Will Be Replaced By A New Cylindrical Guyed Tower Antenna System. The New Antenna System Will Consist Of A New Cylindrical Guyed Tower Mast, Antenna Tuning Unit (atu) And Bonded Guy Wire To The Top Of The Tower (insulated Such To Provide An Effective 379.5-feet (115.67 Meters) Of Antenna Length). Electrical Scope Of Work Will Include The Removal Of The Existing Overhead Power Feeder For The Existing Tower, And Provision Of New Underground Feeder, New Led Fencepost Lighting And Weatherproof Receptacles, And Power Connections To Supplement The Function Of The New Antenna System. Structural Work Will Include Demolition And Provision Of A New Afn Radio Transmission Tower System And The Demolition And Provision Of New Tower And Guy Wire Foundations. Civil Work Scope Will Include Support To Construction Activities Such As Minor Grading Work For The New Antenna Tuning Unit (atu) Pad And Areas Directly Above New Foundations, Removal And Providing New Typical Precast Concrete Chain Link Fence Around The Area Directly Below The Tower That Will Be Affected By The Tower Demolition Work, And Fence Affected By The Required Site Access To The Project. solicitation Information: procurement Method: Invitation For Bid (ifb) Solicitation. the Government Intends To Award A Firm-fixed-price Construction Contract As A Result Of The Ifb. all Interested Companies Shall Be Actively Registered In The System For Award Management (sam) Database In Order To Be Eligible For Award Of Government Contracts. Information On Registration And Annual Confirmation Requirements May Be Found At Http://www.sam.gov. For A Joint Venture, The Joint Venture As An Independent Entity Must Be Registered In Sam As Such. only Local Sources Will Be Considered Under This Solicitation. This Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under This Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform In Japan, The Type Of Construction Work Specific In This Solicitation. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. Offerors Are Required To Be Registered With The Government Of Japan To Do Construction Work In Japan And Possess Necessary Construction Licenses And Permits To Perform Work Required Under This Solicitation At The Time An Offer Is Submitted. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran2.mlit.go.jp/takken . The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. u.s. Army Corps Of Engineers, Japan District, Poc: primary: norman Roldan contract Specialist 098-970-9041 norman.roldan@usace.army.mil alternate: jack T. Letscher contracting Officer 098-970-4402 jack.t.letscher@usace.army.mil

Jisc Tender

Software and IT Solutions
United Kingdom
Closing Date7 Jan 2026
Tender AmountRefer Documents 
Description: Survey Software

City Of Bystrice Nad Pernstejnem Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Czech Republic
Closing Soon24 Feb 2025
Tender AmountCZK 94.3 Million (USD 3.9 Million)
Details: The subject of the public contract is the demolition of the existing building of the Sokolovna, built in the 1930s, which is in a state of disrepair. A new multifunctional Sokolovna will be built on the site after the demolition (for a more detailed technical description, see the project documentation). The completion of the work also includes the preparation of documentation of the actual construction, geodetic survey of the completed work and the preparation of a geometric plan of the construction. The basis for drawing up the offer is the list of construction works, supplies and services, including the statement of measurements, project documentation and other documents that are an integral part of this tender documentation.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon24 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo |source|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||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|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 (jan 2025)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||dod,a1a| this Solicitation Will Be Using Competitive Procedures. This Solicitation Is For Made New Manufacture Spare Parts. this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria. offers Submitted Will Be Evaluated Based On The Followingcriteria: Lead Time, Price, Past Performance And Capacity. the Closing Date For This Solicitation Is Listed On Page 1. the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date. the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery 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 E-mail. The Government?s Acceptance Of The Contractor?s Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 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. 1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco. 1.4 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.5 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.6 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.7 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.8 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.9 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.10 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.11 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;509303; Drawing Number ( ;80020; ) ;most Current Revision; , Revision ;nawc Lakehurst Drawing Package.; And All Details And Specifications Referenced therein. 1.12 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. 1.13 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=mpr 26 |80020| A| |d| | | | drawing Data=509303 |80020| P| |d| | | | 3. Requirements 1.unique Requirements: all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. 4. Quality Assurance 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;na; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.3 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;applies; ) Welding ( ; ; ) Cadmium Plating ( ; ; ) Engineering Chrome Plating ( ; ; ) Nickel Chrome Plating ( ; ; ) Casting(s) ( ; ; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.4 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.4.1 Dimensional Test (special) ;close Machine Tolerances; 4.4.2 Requirements Of: ;lke Drawing Package; 4.4.3 Form ;applies; 4.4.4 Fit ;n/a; 4.4.5 Function ;n/a; 4.4.6 Compliance With Drawing ( ;80020; ) ;509303; , Revision ;most Current Revision; And Specifications Referenced Therein. 4.5 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 The Contract Requirements 4.6 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.7 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.7.1 The Qar Shall Be Present To Witness All First Article Testing. 4.7.2 The Following Additional Personnel Shall Witness The First Article Testing: ;peter Schoerner Nawc Qa (732) 323-1381.; 4.8 Disposition Of Fat Samples 4.8.1 ; ; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.8.2 ;applies; 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 Of 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. 4.8.3 ; ; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.9 Test Sample Coating Instructions 4.9.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative. 4.10 Notice To Government Of Testing 4.10.1 Far 52.209-3 Applies (a) The Contractor Shall Deliver ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;509303-1; ; , Revision ;most Current Revision; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article testing, The Contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 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 Repeat Any Or All First Article Tests. After Each Request For Additional Tests, 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 Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time 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, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (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) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To The Navicp, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments on Form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.11 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:_________ 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ; ; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;peter Schoerner Nawc Qa (732) 323-1381; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. quality Assurance Requirements the Paragraphs Shown Below, When Referenced On The Qm1006 Checklist,provide The Detailed Quality Assurance Requirements To Be Used For The Particular Procurement. These Paragraphs Shall Only Apply When The Corresponding ?yes? Block Has Been Checked On The associated Checklist. 1.the Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a.features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b.attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d.minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As De-fined By Ansi Z1.4. 2. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/seand Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. iii. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. iv. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; v. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; vi. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b.testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation" paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Notbeen Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Testreport In Accordance With Cdrl?s. 3. Production Lot Special Tests: N/a 4. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 5. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be bear The Symbols Of Accreditation And The Accreditation Body. a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is An Alre Critical Appliction Item. or Drawing Updates See Drawing Update Sheet for Navicp Refencence Only:procurement Tdr 24-10091:repair Tdr 24-10160 the Components Being Acquired Under This Solicitation Have Been Classified as "critical" Requiring Engineering Source Approval By The Naval Air systems Command. Only Those Companies Who Have Submitted Requests For source Approval And Been Approved Will Be Eligible For Award Under This solicitation Any Company Not Previously Approved May Submit A Source Approvalrequest As Outlined Later In This Solicitation. date Of First Submission=asreq 12. Date Of First Sub-mission concurrently With De-livery Of Fat Items 16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification data Included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Drawing 509303. c. Welding Per Drawing 509303. d. Thread Dimensions And Designations Per Note 5 Of Drawing 509303. Documentation Shall Include Verification That The Pitchand Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. e. Material Properties Per Drawing 509303. f. Heat Treatment Per Drawing 509303. g. Hardness Measurements Per Drawing 509303. h. Identification Per Drawing 509303. i. Magnetic Particle Inspection Per Drawing 509303. date Of First Submission=asreq 12. Date Of First Submission Concurrently With Final Inspection 16. Remarks a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Drawing 509303. c. Welding Per Drawing 509303. d. Thread Dimensions And Designations Per Note 5 Of Drawing 509303. Documentation Shall Include Verification That The Pitchand Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. e. Material Properties Per Drawing 509303. f. Heat Treatment Per Drawing 509303. g. Hardness Measurements Per Drawing 509303. h. Identification Per Drawing 509303. i. Magnetic Particle Inspection Per Drawing 509303. j. Dimensional Inspection Per Drawing 509303. date Of First Submission=090 Dac the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks (block 5) Data Requirements weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 509303. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 Navairwarcenacdivlke code Bl41600 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks (block 5) Data Requirements a.the Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 509303. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 596 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 596 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq date Of Subsequent Submission=asreq 16.remarks (block 5) Contract Reference a.evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 509303. (block 12) Date Of First Submission - 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navsea S9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 509303. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 509303. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16.remarks (block 5) Contract Reference a.evidence Of Approval Of The Welder Qualification Training Program Iaw Navsea S9074-aq-gib-010/248^ Para 5.2.3.1(d), Perdrawing 509303. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16.remarks (block 5) Contract Reference b.evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aq-gib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 509303. block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000

Gemeente Haarlemmermeer Tender

Services
Civil And Construction...+1Others
Netherlands
Closing Soon25 Feb 2025
Tender AmountRefer Documents 
Description: Netherlands – Surveying Services – Raamovereenkomst Landmeetkundige Diensten 2025-2029

NATIONAL PARK SERVICE USA Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Details: Site Visits At All Locations (sports And Events Center, Driving Range, Pitchand Putt) Are Now Scheduled For Tuesday, January 28th, And Wednesday, February 12, From 10am To 3 Pm. Prospective Applicants Should Ensure They Visit All Three Locations On The Same Day. Please Be Sure To Register In Advance By Emailinggateway_bmd@nps.govand Providing The Name Of Your Company And The Names/emails Of Attendees. summary Of Leasing Opportunity: this Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” (offeror, ‘you’, ‘your’) To Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Gateway National Recreation Area Under The Following General Terms And Conditions. this Lease Opportunity Is Open On A Competitive Basis And The Facility Will Be Delivered To Lessee, “as-is, With All Faults. The Selected Offeror Negotiate A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion. overview Of Property Offered For Lease: this Rfp Includes Lands And Facilities At Two (2) Locations: location 1 - Jacob Riis Park Golf Course, Queens, Ny: Across From The Atlantic Ocean Via A Path That Diverges From The Boardwalk Lies The Jacob Riis Park “pitch And Putt” Golf Course In Rockaway, Queens. The Facilities At Jacob Riis Park Are Part Of A Historic District And Include A Par 3 18-hole Pitch And Putt Golf Course, Practice Area, A Service Building, And A Gazebo. The Course Area Is Approximately 21.6 Acres And Includes Irrigation And Electric Infrastructure. The Golf Course Is Minutes From The Marine Park Bridge, Breezy Point, And Belle Harbor. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines Per Its Sole Discretion That Such Activities Are Consistent With The Purposes Established By Law For The Park Area. location 2 - Flatbush Avenue Driving Range, Brooklyn: Located At 3200 Flatbush Avenue, Brooklyn, Ny, Approximately 1 Mile From Exit 11s On The Belt Parkway Is Brooklyn’s Only Full-size Driving Range. The Driving Range Is Located On The Southbound Side Of Flatbush Avenue, Next To The Gateway Marina. The Driving Range Facilities Include 71 Tees (20 Covered And Heated Tees), Pro Shop Facility, Maintenance Building, Putting Area, Miniature Golf Course, And A Few Small Buildings Used For Related Services. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines, At Its Sole Discretion, That Such Activities Are Consistent The Purposes Established By Law For The Park Area. the Driving Range May Be Subject To Future Environmental Investigations That Could Impact Operations For A Period Of Time. Offerors Should Consider The Following Prior To Submitting Proposals: whether The Offeror Is Able To Limit Any Proposed Improvements To The Driving Range And Related Facilities To Slab Or Above Grade. Ground Penetration Will Not Be Authorized As Part Of Any Proposals To Improve Or Repair. whether This Opportunity As A Whole Remains Viable For The Offeror In The Event Use Of The Driving Range Is Discontinued (additional Information Below). this Location Also Includes A Miniature Golf Course. The Miniature Golf Course Has Been Out Of Service For An Extended Period Of Time. The Dimensions Are: Northern Boundary 1,239'; Southern Boundary 1,200'; Eastern Boundary 1,200'; Western Boundary 1,200' Subject To The Reservation By Nps Of An Area Approximately 100' Wide, Adjacent To The Mini-golf Facilities And The Boundary Adjacent To The Marina, Depicted In The Map Below Which The Lessee May Utilize At Nps Discretion, Until Such Time As Nps Determines At Its Sole Discretion The Reserved Area Must Be Utilized For Park Purposes. The Bridges Within The Mini Golf Course Are Personal Property Of The Current Operator. a Site Visit Of Both Locations For Prospective Offerors Is Expected To Take Place In Mid To Late January Of 2025. More Information Will Be Posted Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service) use Of The Lease Premises: the Proposed Lease Will Authorize The Continued Operation Of The Existing Driving Range, Practice Green And Mini Golf Complex Located On Flatbush Avenue And Pitch And Putt Golf Course At Jacob Riis Park. The Proposed Lease May Also Authorize Incidental Activities Related To The Primary Use, Subject To Nps Review And Approval At Nps’s Sole Discretion, Of Any Additionally Proposed Activity. The Premises Shall Be Subject To The General Supervision And Inspection Of The Nps And To Such Rules And Regulations Regarding Ingress, Egress, Safety, Sanitation, And Security, As May Be Prescribed By The Park Superintendent From Time To Time. The Lessee Shall Be Responsible For The Maintenance And Repair Of The Premises And Any Improvements To The Premises That May Be Necessary During The Term Of The Offered Lease. key Information About The Authorized Use: term Of The Lease: The Term Of The Lease Shall Not Exceed 10 Years. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer Pending Completion Of Any Required Compliance Review And Rent Determination Required By The Department Of The Interior’s (doi) Appraisal Valuation Services Office (avso) Or Its Designee. offerors Should Note That Nps Will Reserve The Right To Modify The Lease And Restrict Or Exclude Use Of The Flatbush Avenue Driving Range And Related Facilities Based On The Results Of Environmental Surveys Or Assessments That Nps Intends To Conduct In The Area At Some Point During The Lease Term. In The Event The Nps Determines Use Of The Driving Range And Related Facilities Must Be Restricted Or Entirely Prohibited, The Lease Will Be Amended To Account For The Corresponding Change. Offerors Should Account For This Possibility When Preparing Submissions. rent: The Lessee Is Required By Law To Pay, At Minimum, A Fair Market Value Rent (fmvr) To Nps. Offerors Should Identify The Amount Of Rent They Proposed To Pay In Connection With This Opportunity. The Final Rent Payment Schedule Will Be Negotiated With The Selected Offeror. lessee’s Responsibilities: insurance: During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property, Worker’s Compensation And Employer’s Liability, And Business Interruption And Extra Expense Insurance In Amounts Set By The Lessor. Lessee’s Insurance Coverage Amounts Will Be Periodically Reviewed By The Lessor. These Reviews Will Ensure The Lessee Has Appropriate Coverage In Light Of Any Changing Circumstances. At Lease Commencement, Lessee Must Provide Proof Of Property Insurance In The Amount Sufficient To Provide Loss, Damage, And Destruction Coverage For A Facility Of This Size, Scope, And Use, As Well As Proof Of Commercial General Liability Insurance In The Amount Of Not Less Than $3,000,000 Single/$5,000,000 Aggregate, With Additional Excess Liability Insurance [umbrella] Necessary To Provide Adequate Coverage Or Protection Consistent With Industry Standards. maintenance - Lessee’s Responsibilities: lessee Will Be Responsible For Scheduled And Cyclical Repair And Maintenance Of The Assigned Lands And Facilities. lessee Will Be Responsible For Any Unscheduled Or Emergency Work (e.g. After-hours Drain Clearing, Plumbing Or Electrical Work) Necessary To Ensure The Successful Operation Of The Lease Premises. lessee Will Be Responsible For Establishing And Funding A Reserve Account Dedicated To Facility Maintenance And Facility Improvements. lessee Will Be Responsible For Routine Housekeeping. lessee Will Be Responsible For Grounds Maintenance Within The Lease Premises. This Includes Maintaining The Grass And The Grounds In Good Condition, Including, Without Limitation, Regular Grass Mowing, Care Of Ornamental Plantings, Snow Removal, And Trash Management And Removal. potential Improvement Projects: Lessor May, But Is Not Obligated To, Undertake Projects Intended To Improve The Premises Or Utilities Serving The Premises During The Lease Term. In Such Cases, Lessor Will Coordinate With Lessee To Minimize Impacts On Lessee’s Operations. utilities: The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties. key Personnel: Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Contractors And Subcontractors Utilized In Connection With The Authorized Activity. sustainability: The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation To Renewable Energy And Climate Change Education. lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws. lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals. lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste. lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation. a Link To The Rfp And Corresponding Attachments, As Well As Information About Other Opportunities At Gateway National Recreation Area, Can Found Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)

INDIAN HEALTH SERVICE USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Date11 Feb 2027
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Template Iaw Far 12.603 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included I This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation No. Ihs1506319 Is Issued As An Request For Quotation (rfq). the Solicitation Document Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Effective January 17, 2025. the Solicitation Is A Indian Small Business Economic Enterprise Set-aside Under North American Industry Classification System (naics) Code 541330 With An Associated Small Business Size Standard Of $16.5. schedule Of Items clin No. description quantity unit price extended Price 1 short Circuit/ Arc Flash Study – Device Coordination Study – Arc Flash Label Installation total sow Will Be Included As An Attachment. the Period Of Performance Is 04/01/2025-12/31/2025. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addenda Are Included. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (nov 2021). All Offers Must Include Information And Submitted At Or Before The Date And Time Specified In This Solicitation. 52.212-1(b) Submission Of Offers. email Offer Directly To The Contracting Officer For This Action Is: Whitney Shorty, Contract Specialist, 928-725-9806, Whitney.shorty@ihs.gov. Limit Offer Size To 6mb. All Questions Shall Be Submitted In Writing 5 Days Prior To Closing/response Date. To Be Considered For Award, Your Offer Shall Include The Following Documents Or It Will Be Non-responsive And Removed From Award Consideration: pricing: Complete And Sign Fee Schedule (attached). The Government Will Consider Competitive Rates Upon Negotiation. provide Your Quotation. experience: Provide A List Of At Least (3) Past Projects Of Similar Scope; Include Detailed Project Description, Location, Dollar Amount, And Period Of Performance. past Performance: Provide A Letter Of Reference From A Past Customer. qualifications: Provide Evidence That You Are Qualified To Do The Work. logistics: Provide A Plan Of Action Describing The Logistics Of How You Will Be Providing Services. provide A Completed Ihs Iee Representation Form Attachment. the Provision At 52.212-2, Evaluation – Commercial Products And Commercial Services (nov 2021), Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Quotes: the Government Reserves The Right To Issue A Single Award Or Multiple Awards To Contractor(s) Whose Quote Represents The Best Value As Defined By Far 2.101. In Determining Best Value, Tradeoffs, Price And Other Evaluation Factors Will Be Considered: Past Performance, Experience, Qualifications, And Logistics. The Evaluation Factors And Significant Sub Factors When Combined Are Significantly More Important Than Cost Or Price. The Socio-economic Status Of An Offer May Also Be Considered, Should One Or More Quotes Represent The Best Value. offerors Must Include With Its Quote A Completed Copy Of The Provision At 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services (may 2024). the Following Federal Acquisition Regulation Provisions Also Apply: 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment oct 2020 52.252-1 solicitation Provisions Incorporated By Reference www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Provisions Also Apply: 352.239-73 electronic And Information Technology Accessibility Notice dec 2015 52.226-7 indian Economic Enterprise Representation mar 2022 (a) The Offeror Must Represent As Part Of Its Offer That It Does Meet The Definition Of Indian Economic Enterprise (iee) As Defined In Hhsar 326.601 And That It Intends To Meet The Definition Of An Iee Throughout The Performance Of The Contract. The Offeror Must Notify The Contracting Officer Immediately, Via Email, If There Is Any Ownership Change Affecting Compliance With This Representation. (b) The Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form Or Any Successor Forms Through Which The Offeror Will Certify That The Ownership Requirements Defined By Hhsar 326.601 Are Met. (c) Any False Or Misleading Information Submitted By An Enterprise When Submitting An Offer In Consideration For An Award Set-aside Under The Buy Indian Act Is A Violation Of The Law Punishable Under 18 U.s.c. 1001. False Claims Submitted As Part Of Contract Performance Are Subject To The Penalties Enumerated In 31 U.s.c. 3729 To 3731 And 18 U.s.c. 287. (end Of Provision) the Clause At 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (may 2024), Applies To This Acquisition. Addenda Are Not Included. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025), Applies To This Acquisition. The Following Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition: clause No. clause Name clause Date 52.203-15 whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 jun 2010 52.204-14 service Contract Reporting Requirements oct 2016 52.204-27 prohibition On A Bytedance Covered Application jun 2023 52.219-28 post Award Small Business Program Representation feb 2024 52.222-21 prohibition Of Segregated Facilities apr 2015 52.222-26 equal Opportunity sep 2016 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222.50 combating Trafficking In Persons nov 2021 52.223-23 sustainable Products And Services may 2024 52.224-3 privacy Training jun 2017 52.225-1 buy American Supplies oct 2022 52.225-3 buy American-free Trade Agreements-israeli Trade Act nov 2023 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Driving may 2024 52.232-33 payment By Electronic Funds Transfer-system For Award Management oct 2018 52.239-1 privacy Or Security Safeguards aug 1996 52.222-41 service Contract Labor Standards aug 2018 the Following Federal Acquisition Regulation Clauses Also Apply: 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.237-2 protection Of Government Building, Equipment, And Vegetation apr 1984 52.252-2 clauses Incorporated By Reference www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Clauses Incorporated By Reference Also Apply: 352.223-70 safety And Health dec 2015 352.224-70 privacy Act dec 2015 352.224-71 confidential Information dec 2015 352.226-1 indian Preference dec 2015 352.237-73 indian Child Protection And Family Violence Act dec 2015 352.237-75 key Personnel dec 2015 352.226-4 notice Of Indian Small Business Economic Enterprise Set-aside mar 2022 under The Buy Indian Act, 25 U.s.c. 47, Offers Are Solicited Only From Indian Economic Enterprises (hhsar 326.606) That Are Also Small Business Concerns. Any Acquisition Resulting From This Solicitation Will Be From Such A Concern. As Required By Hhsar §  352.226-7(b), Offerors Shall Include A Completed Indian Economic Enterprise Representation Form In Response To Sources Sought Notices, Request For Information (rfi) And As Part Of The Proposal Submission. The Indian Economic Enterprise Representation Form, Available On The Ihs Dap Public Website ( Www.ihs.gov/​dap ), Shall Be Included In Synopses, Presolicitation Notices, And Solicitations For The Acquisitions Under The Buy Indian Act. Offers Received From Enterprises That Are Not Both Indian Economic Enterprises And Small Business Concerns Will Not Be Considered And Will Be Rejected. (end Of Clause) 352.226-6 indian Economic Enterprise Subcontracting Limitations mar 2022 (a) Definitions As Used In This Clause. (1) Indian Economic Enterprise Means Any Business Activity Owned By One Or More Indians Or Indian Tribes That Is Established For The Purpose Of Profit Provided That: The Combined Indian Or Indian Tribe Ownership Must Constitute Not Less Than 51 Percent Of The Enterprise; The Indians Or Indian Tribes Must, Together, Receive At Least A Majority Of The Earnings From The Contract; And The Management And Daily Business Operations Of An Enterprise Must Be Controlled By One Or More Individuals Who Are Indians. To Ensure Actual Control Over The Enterprise, The Individuals Must Possess Requisite Management Or Technical Capabilities Directly Related To The Primary Industry In Which The Enterprise Conducts Business. The Enterprise Must Meet These Requirements Throughout The Following Time Periods: (i) At The Time An Offer Is Made In Response To A Written Solicitation; (ii) At The Time Of The Contract Award; And (iii) During The Full Term Of The Contract. (2) Subcontract Means Any Contract, As Defined In Far Subpart 2.1, Entered Into By A Subcontractor To Furnish Supplies Or Services For Performance Of The Prime Contractor Or Subcontractor. It Includes, But Is Not Limited To, Purchase Orders, And Changes And Modifications To Purchase Orders. (3) Subcontractor Means Any Supplier, Distributor, Vendor, Or Firm That Furnishes Supplies Or Services To Or For A Prime Contractor Or Another Subcontractor. (b) Required Percentages Of Work By The Concern. The Contractor Must Comply With Far 52.219-14, Limitations On Subcontracting Clause In Allocating What Percentage Of Work To Subcontract. The Contractor Shall Not Subcontract Work Exceeding The Subcontract Limitations In Far 52.219-14 To A Concern Other Than A Responsible Indian Economic Enterprise. (c) Any Work That An Iee Subcontractor Does Not Perform With Its Own Employee Shall Be Considered Subcontracted Work For The Purpose Of Calculating Percentages Of Subcontract Work In Accordance With Far 52.219-14 Limitations On Subcontracting. (d) Cooperation. The Contractor Must: (1) Carry Out The Requirements Of This Clause To The Fullest Extent; And (2) Cooperate In Any Study Or Survey That The Co, Indian Health Service Or Its Agents May Conduct To Verify The Contractor's Compliance With This Clause. (e) Incorporation In Subcontracts. The Contractor Must Incorporate The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts For General Services, A&e Services And Construction Awarded Under This Contract. (end Of Clause) 352.232-71 electronic Submission Of Payment Requests feb 2022 definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. the Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. if Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer’s Written Authorization With Each Payment Request. (end Of Clause) the Following Local Indian Health Service, Gallup Service Unit Special Instructions Also Apply: naihs-acq-08 contracting Officer’s Representative aug 2022 (a) Definition. “contracting Officer’s Representative (cor)” Means An Individual Designated In By The Contracting Officer As Authorized Personnel Responsible For The Technical Aspects Of The Contract And Serves As Technical Liaison With The Contractor. The Cor Is Also Responsible For The Final Inspection And Acceptance Of All Deliverables And Such Other Responsibilities As May Be Specified In The Contract. (b) Per Far Subpart 1.602-2(d): The Contracting Officer (co) Determines That This Contract Requires A Contracting Officer Representative (cor). The Contracting Officer Representative (cor) Is: tbd At Time Of Award. (c) Upon Award, The Cor Will Receive A Copy Of The Written Designation, Specifying The Extent Of The Cor’s Authority On Behalf Of The Co. (d) Limitations. The Cor Is Not Authorized To Make Any Commitments Or Changes That Will Affect Price, Quality, Quantity, Delivery, Or Any Other Term Or Condition Of The Contract. Any Contractor Request For Changes Shall Be Referred To The Co Directly Or Through The Cor. No Such Changes Shall Be Made Without The Express Written Prior Authorization Of The Co. (end Of Clause) naihs-acq-09 unauthorized Commitments sep 2023 definitions. contracting Officer Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determination And Findings. ratification Means The Act Of Approving An Unauthorized Commitment By An Official Who Has The Authority To Do So. unauthorized Commitment (uac) Means An Agreement That Is Not Binding Solely Because The Government Representative Who Made It Lacked The Authority To Enter Into That Agreement On Behalf Of The Government. policy. the Government Is Not Bound By Agreements With, Or Contractual Commitments Made To, Prospective Contractors By Individuals Who Do Not Have Delegated Contracting Authority. Unauthorized Commitments Do Not Follow The Appropriate Process For The Expenditure Of Government Funds. Consequently, The Government May Not Be Able To Ratify Certain Actions, Putting A Contractor At Risk For Taking Direction From A Federal Official Other Than The Contracting Officer (see Far 1.602-1) Government Employees Responsible For Unauthorized Commitments Are Subject To Disciplinary Action. Contractors Perform At Their Own Risk When Accepting Direction From Unauthorized Officials. Failure To Follow Statutory And Regulatory Processes For The Expenditure Of Government Funds Is A Very Serious Matter. procedure. any Agreement, Modification, Or Change To A Contractual Agreement Made By A Government Personnel Who Lack Authority Will Be Deemed An Unauthorized Commitment. The Government Is Not Liable To The Contractor Or Under The Terms Of The Contract, Financially Or Otherwise – Unless The Unauthorized Commitment Successfully Passes The Ratification Process. the Ratification Process Does Not Have Any Lead Time, Nor Does The Government Make Any Promise That An Unauthorized Commitment Will Be Ratified And, Therefore, The Contractor Would Be Paid. The Contractor Proceeds At Its Own Risk If Any Of The Terms Of The Contract Are Altered, Changed, Or Modified Without The Written Concurrence By A Contracting Officer. (end Of Clause) offers Are Due: February 10, 2025 At 5:00 Pm Mst for Additional Information Or Questions About The Solicitation, Contact Whitney Shorty, Contract Specialist At 928-725-9806 Or Whitney.shorty@ihs.gov.

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | It Service Management (itsm) Platform - 2026 Onwards
2661-2670 of 3373 active Tenders