Survey Tenders

Survey Tenders

CEO Of Systems Engineering For The Defense Of Spain SA, SME And MP Tender

Spain
Description: Contracting of the Services for the Preparation of Point Cloud Surveying and Photospherical Shots of the Headquarters Building and the Early Childhood Education Center of Mitma (Ministry of Transport, Mobility and Urban Agenda) and the Urbanization of the Nuevos Ministerios Complex in Madrid
Closing Date10 Jun 2025
Tender AmountEUR 13 Million (USD 13.6 Million)

State Highway Administration Tender

Consultancy Services
United States
Description: Bcs 2023-13 Survey And Engineering Services, District 5
Closing Date11 Jun 2025
Tender AmountRefer Documents 

Operational Services Division Tender

Software and IT Solutions
United States
Description: Fwe-survey-19
Closing Date3 Jun 2026
Tender AmountRefer Documents 

Operational Services Division Tender

Laboratory Equipment and Services
United States
Description: Biological Surveys, Research And Testing (dfw-2019-021)
Closing Date31 Jan 2029
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: Caution: This Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Specialized Expertise, Capabilities, And Experience To Meet The Requirements To Provide Repair Procedure And Technical Data Package Development For B-2 Structural And Electronic Assemblies. This Effort Requires A Minimum Of A Secret/sap Level Of Security Clearance. Contractors/institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey. the Air Force Is In Search Of Prospective Vendors For An Engineering Services Effort Regarding The B-2 Zsr Band 2 Antenna, Rh Upper. This Antenna Is Part Of The B-2 Dms Subsystem For Receive And Transmit Functions. Secondly, It Is A Secondary Structure That Forms A Portion Of The Outer Mold Line. The Unit Is Designed For Low Observable And Nuclear Environment Operations. the Zsr Band 2 Antenna, Rh Upper Is No Longer In Production And Currently The Usaf Does Not Have Repair Capability. The Purpose Of This Effort Will Be To Resolve Obsolescence, Develop, And Qualify A Sustainable Configuration For Manufacturing. Potential Vendors Must Be Capable Of Performing The Following Tasks And Meet The Following Requirements: evaluation Of Bom, All Production/test Equipment, And Documentation identify Parts And Materials That Are Presently Obsolete And/or That Are Projected To Be Obsolete Within Six Years. based On The List Of Current And Projected Obsolescence, The Contractor Shall Identify And Evaluate Proposed Alternatives For Long Term Sustainment. Lru Form, Fit, And Function Shall Be Maintained. meet All Existing, Most Current Zsr Band 2 Antenna, Rh Upper Specification Requirements. address And Perform All Testing Requirements For Implementation Of The Proposed Solution. the Obsolescence Solutions Shall Include, But Are Not Limited To, Obsolete Support For Test/support Equipment, Obsolete Processes, Obsolete Raw Materials, Obsolete Manufacturers Or Vendors, Obsolete Government And Industry Standards And Specifications, Insufficient Or Missing Technical Data, And New Laws And Regulations. develop And Deliver A Level 3, Full Production Technical Data Package. at This Time, Northrop Grumman Is The Only Known Source With Qualifications To Execute This Effort. prior To Release Of Technical Data To Prospective Vendors, These Vendors Must First Submit Their Capabilities And Past Performance To Demonstrate The Following: define, Plan, Implement, And Test Items Of Low Observable Applications repair And Manufacture Other B-2 Aircraft Antennas That Also Function As Outer Mold Lines perform Form, Fit, Function B-2 Aircraft Integration Testing perform B-2 Aircraft Environmental Testing Requirements maintain An As9110 (or Equivalent) Quality System employ Only Individuals Who Can Pass A Defense Investigative Service Background Check Required For A Secret Clearance And Maintain Such Clearance. maintains A Corporate Cost Accounting System That Meets The Requirements Of Dcma And/or Dcaa. must Not Be Owned (directly Or Indirectly) By A Foreign Company(ies) Or Individual(s) For The Duration Of Any Potential Government Contract. as A Small Or Large Business, Do You Believe Conditions Exist For A Small Business Set-aside In Accordance With Far 19.502-3(a) For Any Portion Of The Requirement Described Above? If Yes, Please Indicate Which Portion Of The Requirement And The Most Appropriate Naics Code For Each Portion. Of The Portion Of Work You Identified As Having The Potential To Be Small Business Set-aside, Are You Most Interested In Performing As A Prime Contractor Or Subcontractor For The Requirement Described Above? Please Indicate Whether You Would Qualify As A Small Or Large Business Under The Naics Code You Believe Is Most Appropriate. if You Are A Small Business, Of The Portion Of Work You Identified As Having The Potential To Be Partially Set-aside, Are You Capable Of Performing At Least 50% Of The Work, In Order To Comply With Far Clause 52.219-14, Specifically 52.219-14(c)(1), “at Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern.” if You Are A Small Business Interested In Performing A Portion Of The Requirement As A Set- Aside, Provide A Brief Summary Of Your Company’s Experience And Past Performance Within The Past Three Years As A Prime Contractor As It Relates To The Magnitude Of This Anticipated Requirement And/or The Portion Of The Work You Identified As Having The Potential To Be Partially Set-aside. if A Large Business, Relative To Naics Code 541330, Submit The Reasonable Expectation Of Subcontracting Opportunities For Small Business Concern(s) To Provide Materials, Parts And/or Services In Support Of Your Capabilities To Meet The Requirements Of This Effort.
Closing Date26 Sep 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: Caution: This Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Specialized Expertise, Capabilities, And Experience To Meet The Requirements To Provide Repair Procedure And Technical Data Package Development For B-2 Structural And Electronic Assemblies. This Effort Requires A Minimum Of A Secret/sap Level Of Security Clearance. Contractors/institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey. the Air Force Is In Search Of Prospective Vendors For An Engineering Services Effort Regarding The B-2 Ku-band (lower) Antenna. This Antenna Is Part Of The B-2 Ku-band Radar To Identify And Determine The Range And Bearing Of The Vehicle. Secondly, It Is A Secondary Structure That Forms A Portion Of The Outer Mold Line. The Unit Is Designed For Low Observable And Nuclear Environment Operations. the Ku-band (lower) Antenna Is No Longer In Production And Currently The Usaf Does Not Have Repair Capability. The Purpose Of This Effort Will Be To Resolve Obsolescence, Develop, And Qualify A Sustainable Configuration For Manufacturing. Potential Vendors Must Be Capable Of Performing The Following Tasks And Meet The Following Requirements: evaluation Of Bom, All Production/test Equipment, And Documentation identify Parts And Materials That Are Presently Obsolete And/or That Are Projected To Be Obsolete Within Six Years. based On The List Of Current And Projected Obsolescence, The Contractor Shall Identify And Evaluate Proposed Alternatives For Long Term Sustainment. Lru Form, Fit, And Function Shall Be Maintained. meet All Existing, Most Current Ku-band (lower) Antenna Specification Requirements. address And Perform All Testing Requirements For Implementation Of The Proposed Solution. the Obsolescence Solutions Shall Include, But Are Not Limited To, Obsolete Support For Test/support Equipment, Obsolete Processes, Obsolete Raw Materials, Obsolete Manufacturers Or Vendors, Obsolete Government And Industry Standards And Specifications, Insufficient Or Missing Technical Data, And New Laws And Regulations. develop And Deliver A Level 3, Full Production Technical Data Package. at This Time, Northrop Grumman Is The Only Known Source With Qualifications To Execute This Effort. prior To Release Of Technical Data To Prospective Vendors, These Vendors Must First Submit Their Capabilities And Past Performance To Demonstrate The Following: define, Plan, Implement, And Test Items Of Low Observable Applications repair And Manufacture Other B-2 Aircraft Antennas That Also Function As Outer Mold Lines perform Form, Fit, Function B-2 Aircraft Integration Testing perform B-2 Aircraft Environmental Testing Requirements maintain An As9110 (or Equivalent) Quality System employ Only Individuals Who Can Pass A Defense Investigative Service Background Check Required For A Secret Clearance And Maintain Such Clearance. maintains A Corporate Cost Accounting System That Meets The Requirements Of Dcma And/or Dcaa. must Not Be Owned (directly Or Indirectly) By A Foreign Company(ies) Or Individual(s) For The Duration Of Any Potential Government Contract. as A Small Or Large Business, Do You Believe Conditions Exist For A Small Business Set-aside In Accordance With Far 19.502-3(a) For Any Portion Of The Requirement Described Above? If Yes, Please Indicate Which Portion Of The Requirement And The Most Appropriate Naics Code For Each Portion. Of The Portion Of Work You Identified As Having The Potential To Be Small Business Set-aside, Are You Most Interested In Performing As A Prime Contractor Or Subcontractor For The Requirement Described Above? Please Indicate Whether You Would Qualify As A Small Or Large Business Under The Naics Code You Believe Is Most Appropriate. if You Are A Small Business, Of The Portion Of Work You Identified As Having The Potential To Be Partially Set-aside, Are You Capable Of Performing At Least 50% Of The Work, In Order To Comply With Far Clause 52.219-14, Specifically 52.219-14(c)(1), “at Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern.” if You Are A Small Business Interested In Performing A Portion Of The Requirement As A Set- Aside, Provide A Brief Summary Of Your Company’s Experience And Past Performance Within The Past Three Years As A Prime Contractor As It Relates To The Magnitude Of This Anticipated Requirement And/or The Portion Of The Work You Identified As Having The Potential To Be Partially Set-aside. if A Large Business, Relative To Naics Code 541330, Submit The Reasonable Expectation Of Subcontracting Opportunities For Small Business Concern(s) To Provide Materials, Parts And/or Services In Support Of Your Capabilities To Meet The Requirements Of This Effort.
Closing Date26 Sep 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: Caution: This Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Specialized Expertise, Capabilities, And Experience To Meet The Requirements To Provide Repair Procedure And Technical Data Package Development For B-2 Structural And Electronic Assemblies. This Effort Requires A Minimum Of A Secret/sap Level Of Security Clearance. Contractors/institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey. the Air Force Is In Search Of Prospective Vendors For An Engineering Services Effort Regarding The B-2 Zsr Band 2 Antenna, Lh Lower. This Antenna Is Part Of The B-2 Dms Subsystem For Receive And Transmit Functions. Secondly, It Is A Secondary Structure That Forms A Portion Of The Outer Mold Line. The Unit Is Designed For Low Observable And Nuclear Environment Operations. the Zsr Band 2 Antenna, Lh Lower Is No Longer In Production And Currently The Usaf Does Not Have Repair Capability. The Purpose Of This Effort Will Be To Resolve Obsolescence, Develop, And Qualify A Sustainable Configuration For Manufacturing. Potential Vendors Must Be Capable Of Performing The Following Tasks And Meet The Following Requirements: evaluation Of Bom, All Production/test Equipment, And Documentation identify Parts And Materials That Are Presently Obsolete And/or That Are Projected To Be Obsolete Within Six Years. based On The List Of Current And Projected Obsolescence, The Contractor Shall Identify And Evaluate Proposed Alternatives For Long Term Sustainment. Lru Form, Fit, And Function Shall Be Maintained. meet All Existing, Most Current Zsr Band 2 Antenna, Lh Lower Specification Requirements. address And Perform All Testing Requirements For Implementation Of The Proposed Solution. the Obsolescence Solutions Shall Include, But Are Not Limited To, Obsolete Support For Test/support Equipment, Obsolete Processes, Obsolete Raw Materials, Obsolete Manufacturers Or Vendors, Obsolete Government And Industry Standards And Specifications, Insufficient Or Missing Technical Data, And New Laws And Regulations. develop And Deliver A Level 3, Full Production Technical Data Package. at This Time, Northrop Grumman Is The Only Known Source With Qualifications To Execute This Effort. prior To Release Of Technical Data To Prospective Vendors, These Vendors Must First Submit Their Capabilities And Past Performance To Demonstrate The Following: define, Plan, Implement, And Test Items Of Low Observable Applications repair And Manufacture Other B-2 Aircraft Antennas That Also Function As Outer Mold Lines perform Form, Fit, Function B-2 Aircraft Integration Testing perform B-2 Aircraft Environmental Testing Requirements maintain An As9110 (or Equivalent) Quality System employ Only Individuals Who Can Pass A Defense Investigative Service Background Check Required For A Secret Clearance And Maintain Such Clearance. maintains A Corporate Cost Accounting System That Meets The Requirements Of Dcma And/or Dcaa. must Not Be Owned (directly Or Indirectly) By A Foreign Company(ies) Or Individual(s) For The Duration Of Any Potential Government Contract. as A Small Or Large Business, Do You Believe Conditions Exist For A Small Business Set-aside In Accordance With Far 19.502-3(a) For Any Portion Of The Requirement Described Above? If Yes, Please Indicate Which Portion Of The Requirement And The Most Appropriate Naics Code For Each Portion. Of The Portion Of Work You Identified As Having The Potential To Be Small Business Set-aside, Are You Most Interested In Performing As A Prime Contractor Or Subcontractor For The Requirement Described Above? Please Indicate Whether You Would Qualify As A Small Or Large Business Under The Naics Code You Believe Is Most Appropriate. if You Are A Small Business, Of The Portion Of Work You Identified As Having The Potential To Be Partially Set-aside, Are You Capable Of Performing At Least 50% Of The Work, In Order To Comply With Far Clause 52.219-14, Specifically 52.219-14(c)(1), “at Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern.” if You Are A Small Business Interested In Performing A Portion Of The Requirement As A Set- Aside, Provide A Brief Summary Of Your Company’s Experience And Past Performance Within The Past Three Years As A Prime Contractor As It Relates To The Magnitude Of This Anticipated Requirement And/or The Portion Of The Work You Identified As Having The Potential To Be Partially Set-aside. if A Large Business, Relative To Naics Code 541330, Submit The Reasonable Expectation Of Subcontracting Opportunities For Small Business Concern(s) To Provide Materials, Parts And/or Services In Support Of Your Capabilities To Meet The Requirements Of This Effort.
Closing Date26 Sep 2025
Tender AmountRefer Documents 

E E M Ltd Tender

Services
Consultancy Services
United Kingdom
Details: Eem Is Looking To Create A List Of Approved Contractors Who Can Deliver A Number Of Or All Of The Following Elements Of Work During The Course Of The Dps:category 1 - Damp And Mould Surveys And Inspectionsub-categories- Damp And Mould Surveys And Inspection•identify The Damp/mould Problem Within Properties•determine The Source Of Moisture•inspect Any Existing Damp Proof Course (where Necessary)•inspect Any Problems With The Building Structure•identify Potential Future Problems Resulting From Damp (such As Dry Rot Or Wet Rot)•advise On Additional Steps (if Any) That Are Required To Safeguard Properties•photographs To Support Findings•where Requested And Appropriate, Contractors Should Provide A Calcium Carbide Test•provide A Comprehensive Summary Of What Damp Treatments Are Needed- Timber Surveys And Reports- Condensation Surveys And Reports- Associated Workscategory 2 - Damp And Mould Remediation Workssub-categories- Injection Of Liquid Dpc’s (bba Certified)- Damp And Mould Remediation Works•tanking Works•repair Works To Damp Damaged Finishes And Fittings•repair And Remediation Works To Joists And Other Timbers (damp Damage)•cavity Wall Insulation Removal And Reinstallation And Ancillary Works•brickwork Pointing•stain Blockingcondensation Control•ventilation Measures•mould Dna Testing•mould Treatment•mould Removaltimber Treatments•treatment Of Wet And Dry Rot•treatment Of Woodworm Infestations•stopping The Source Of Moisture•damaged Area Removal•timber Replacementassociated Works•wallpaper Stripping•plastering•gutter Clearance
Closing Date29 Oct 2028
Tender AmountRefer Documents 

Governing Board Of The Town Hall Of Casares Tender

Consultancy Services
Corrigendum : Tender Amount Updated
Spain
Description: Service Contract Consisting of Technical Consulting for the Update of 18 Municipalities in the Infrastructure and Local Equipment Survey of the Provincial Council of Ávila. Phase 2023
Closing Date1 May 2025
Tender AmountEUR 9.9 Million (USD 10.3 Million)

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:az city:phoenix delineated Area:phoenix, Az Area n: Camelback Rd. / E. Camelback Rd.; e: N. Scottsdale Rd. / S. Rural Rd.; s: Dr. Martin Luther King Jr.blvd. / E. Broadway Rd. / W. Broadway Rd.; w: N. 19th Avenue / S. 19th Avenue minimum Sq. Ft. (aboa): 6,321 maximum Sq. Ft. (aboa): 8,500 space Type: Warehouse parking Spaces (total): 4 parking Spaces (surface):0 parking Spaces (structured): 0 parking Spaces (reserved): 4 full Term: 5 Years firm Term: 3 Years option Term: 5 Years additional Requirements: minimum Ceiling Height: 15’ From Finished Or Concrete Floor. minimum Clearance Height And Width For Garage Opening: 10’ X 12’. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far Case-2019-009/889_part_b. expressions Of Interest Due: 2/26/2025 market Survey (estimated): 3/26/2025 occupancy (estimated): 9/1/2026 send Expressions Of Interest To: name:charles Tawiah And Ramon Gonzales email Address: Charles.tawiah@gsa.gov,ramon.gonzales@gsa.gov government Contact Information lease Contracting Officer Guadalupe Flores leasing Specialistcharles Tawiah expressions Of Interest Should Be Submitted To The Aforementioned Person(s) And address In Writing Or Via E-mail And Should Provide All Of The Following Information: 1. Building Name And Address. 2. Rentable And Usable Square Feet Offered. 3. Pictures Of Building, Common Areas, Parking And Surrounding Space Offered. 4. Floor Plan – Showing Floor Plate Size And Building’s Surrounding Area. 5. Method Of Measurement Used To Determine Rentable Square Footage. 6. Common Area Factor (load Factor) For Available Space. 7. Preliminary Evidence Of Ownership/control Of Site, Or Applicable Explanation. 11/2022
Closing Soon27 Feb 2025
Tender AmountRefer Documents 
3141-3150 of 3294 active Tenders