Survey Tenders
Survey Tenders
Northern Ireland Housing Executive Tender
Services
Civil And Construction...+1Civil Works Others
United Kingdom
Details: Ct0148 - Provision Of Mechanical + Electrical Services In Relation To Major Adaptations To Nihe Dwellings For People With Disabilities (mapds) North And South Region-the Provision Of Mechanical + Electrical Services In Relation To Major Adaptations To Nihe Dwellings For People With Disabilities (mapds) North + South Region (from Survey To Completion Of Works On Site). There Will Be 2 Lots:- Lot 1 North Region Lot 2 South Region
Closing Date4 Mar 2025
Tender AmountGBP 195 K (USD 242.1 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: This Announcement Constitutes A Pre-solicitation Synopsis - This Is Not A Request For Proposal. This Synopsis Is Not To Be Construed As Commitment On The Part Of The Government To Award A Contract Nor Does The Government Intend To Directly Pay For Any Information Of Responses Submitted As The Result Of This Synopsis.
the Department Of The Air Force, Air Force Material Command (afmc), Air Force Life Cycle Management Center (aflcmc), Mobility Directorate (aflcmc/wl), C-130 Hercules Division (aflcmc/wln), C-130j Branch (aflcmc/wlnn), Wright-patterson Air Force Base, Ohio (wpafb) Intends To Extend The Ordering Period And Increase The Ceiling For The Existing C-130j Combined Aircraft Delivery, Development, Integration And Engineering (caddie) Contract Fa8625-20-d-3000. Caddie Was Awarded 17 Jul 2020 On A Sole-source Basis With A Five-year Ordering Period And A $15b Ceiling. This Action Will Extend The Ordering Period Five Years (for A Total Of Ten Years) And Increase The Ceiling From $15b To $25b. Caddie Acquires C-130j And C-130j Derivative Aircraft And Related Support Equipment, Spare Parts, Technical And Engineering Data, Interim Contractor Support, Technical Manuals, Training, And World-wide Logistics And Deployment Support, As Well As Analysis, Study, Planning, Design, Development, Prototype, Qualification, Test (including Flight Test), Draft Modification Instructions And Supporting Operational/maintenance Publication Updates, Trial Kit Installation (tki) And Programmatic Documentation For C130-j System Development Upgrades From Lockheed Martin Aeronautics - Marietta.
the Proposed Contract Modification Will Also Include The Installation Of Future Capability Hardware And Software Block Upgrades To All Fielded Aircraft. Additionally, This Contract Action Will Provide The Ability To Support International Interest Through Foreign Military Sales (fms) Of C-130j Aircraft And Related Sustainment. The Contract Includes The Capability To Purchase Additional Aircraft Using Yearly Options To Cover The Requirements Of Various Users. The Caddie Contract Also Procures Capability Enhancements Of The C-130j And Allows Continual Aircraft Improvement In The Following Areas:
--hardware Component/subsystem Development & Test
--software Development, Test, & Investigations
--identification Of Impacts & Updating The Support Structure For Organization, Intermediate, & Depot, As Applicable, Including Efforts To:
---design, Develop, Document, & Test Support Equipment
---develop And Perform Combined Certification & Verification Of Technical Orders
---define & Document Spares Requirements
---design, Develop, & Document Training System Changes
---update Other Integrated Logistics Support Elements As Necessary
---support Of Manufacturing Readiness Assessments (mras)
--request For Proposal Support
--hazardous Material (hazmat) Elimination/reduction
--systems Engineering
--kit Prototyping
--flight Testing Of Changes
--development Of Solutions To Oms
-- Reliability And Maintainability (r&m) Program
--quick Engine Change Assembly (qeca) And Mobile Engine Test Stand (mets)
--engineering And Logistics Services
--technical Manual Page Development/flight Manual Replacement Pages
--pre-loa Fms Studies/surveys
it Is Contemplated That The Modification To Extend The Ordering Period Five Years (for A Total Of Ten Years) And Increase The Ceiling From $15b To $25b Will Be Awarded By July 2025. Individual Delivery Orders Will Not Exceed 5 Years Of Performance.
lockheed Martin Is The Sole Designer, Developer, And Manufacturer Of The C-130j, And Is The Only Firm That Possesses The Necessary Knowledge, Experience And Technical Data Required To Perform These Efforts. Because Only One Responsible Source Is Available And No Other Type Of Supplies Or Services Will Satisfy Agency Requirements, The Government Intends To Award The Effort Pursuant To The Authority Of 10 U.s.c.2304 (c)(1) As Implemented By Far 6.302-1.
technical Data Is Not Available For These Requirements
the National American Industry Classification System (nalcs) Code For This Procurement Action Is 336411. Please Indicate Number Of Employees Relative To The Size Standard Of 1,500 For Determination Of Small Business Status.
responders Shall Include Their Assigned Data Universal Numbering System (duns) Number And Their Commercial And Government Entity (cage) Code.
an Ombudsman Has Been Established For This-acquisition. The Only Purpose Of The Ombudsman Is To Receive And Communicate Serious Concerns From Potential Offerors When An Offeror Prefers Not To Use Established Channels To Communicate Concerns During The Proposal Development Phase Of This Acquisition. Potential Sources Should Use Established Channels To Request Information, Pose Questions, And Voice Concerns Before Resorting To Use Of The Ombudsman. Potential Sources Are Invited To Contact Aflcmc's Ombudsman With Serious Concerns Only:
col(s) Paul W. Tinker, Aflcmc/aq-az
(937)255-5512
paul.tinker@us.af.mil
routine Communication Concerning This Synopsis Should Be Directed To The Primary Point Of Contact Listed In This Notice.
annual Appropriations Are Anticipated As The Funding Source. This Synopsis Does Not Constitute A Request For Proposal (rfp) Or An Invitation For Bid (ifb) And Is Not To Be Construed As A Commitment By The Government To Award A Contract As A Result Of This Notice. Interested Sources Are Required To Respond Within 15 Days Of This Posting With A Statement Of Capabilities And The Requested Information
Closing Date15 Feb 2025
Tender AmountRefer Documents
DCB Bank Tender
Real Estate Service
India
Description: All Piece And Parcel Of The Property Bearing Plot No.276 As Per Kp. Admeasuring 40.26 Sq. Mtrs. And As Per Site Admeasuring 40.13 Sq. Mtrs. Ie. 48.00 Sq. Yards Along With 34.37 Sq. Mtrs. Undivided Share In Road And C.o.p. Of Shree Villa Residency Vibhag -2 Situate At Block No.119 Survey No.70 Admeasuring 28,126 Sq. Mtrs. Moje Village Mota Tal. Bardoli Dist. Surat.
Closing Date13 Feb 2025
Tender AmountINR 550 K (USD 6.3 K)
DCB Bank Tender
Real Estate Service
India
Description: All Piece And Parcel Of Property Bearing Plot No.132 Admeasuring 51.97 Sq. Meters In "kavya Residency" Situate At Old Revenue Survey No.232/1 232/2 233/2 234/1 234/2 Block No.302/a Admeasuring 39457 Sq. Meters Paiki Moje Village Muland Ta Olpad Dist Surat
Closing Date13 Feb 2025
Tender AmountINR 600 K (USD 6.9 K)
Pradhan Mantri Gram Sadak Yojana - PMGSY Tender
Services
Consultancy Services...+1Civil And Architectural Services
Eprocure
India
Description: Providing Consultancy Services Including Survey Detailed Investigations Study Structural Design Estimation Preparation Of Detailed Project Report Getting It Vetted From State Technical Agency And Proof Checking From Chief Engineer Design Inspection I
Closing Date15 Feb 2025
Tender AmountINR 239 K (USD 2.7 K)
INDIAN HEALTH SERVICE USA Tender
Machinery and Tools
United States
Details: Sources-sought Synopsis
the Indian Health Service, Crownpoint Service Unit Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For A John Deere 320 P-tier Backhoe Loader.
the Applicable North American Industry Classification System 333120 – Construction Machinery Manufacturing Code Assigned To This Requirement Is With A Small Business Size Standard Of 1,250.
this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information.
if Your Organization Has The Potential Capability And Capacity To That Meets The Described Government Requirement, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Website Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability, And Completed Ihs Iee Representation Form (attached). Be Advised That The Indian Health Service Is Required To Give Maximum Practicable Preference To Indian Economic Enterprises Under The Buy Indian Act.
in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By February 7th, 2025 To Janice Martinez, Supervisory Contract Specialist At Janice.martinez@ihs.gov.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: The Dla Aviation Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Bearing Unit, Plain; Nsn 3130-00-409-2179. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332991.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:
1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And
2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Bad Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured
through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 06, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil.
if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388.
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
the Specific Requirement For This Effort Is Below:
part Number:
nomenclature: Bearing Unit, Plain
nsn: 3130-00-409-2179
estimated Requirement: 37 Each
technical Orders And Qualification Requirements Are Not Available.
Closing Soon6 Feb 2025
Tender AmountRefer Documents
291-300 of 3207 active Tenders