Survey Tenders
Survey Tenders
NATIONAL PARK SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Cuva-octagon Shelter Repairsthe National Park Service (nps) Is Conducting A Market Survey To Determine The Interest And Capability Of Contractors For A Possible Upcoming Project. All Costs Associated With Providing Information In Response To This Market Survey Shall Be The Responsibility Of The Firm. Any Information Submitted Is Voluntary. The Contracting Officer Will Make An Acquisition Strategy Determination Based On The Results Of This Market Survey. Prime Contractors Interested In Working At Cuyahoga Valley National Park The Work Will Consist Of:providing All Labor, Materials, Tools And Other Equipment Necessary For Repairs To Existing Foundation, Installation Of New Chimney Liners And Repairs To Exterior Chimney Stone, Roof Beam Stabilization, Exterior And Interior Wood Repairs, Repainting, And Staining, Siding Repairs, Flashing Repairs, Concrete And Sidewalk Repairs, Storm Water Management System Repairs And Building Underpinning On The Historic Octagon Shelter We Anticipate That Work Would Begin In Early April/late April 2025.the Naics Code For This Project Is 236220, Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45m. The Magnitude Of Construction Anticipated Is Between $500,000 And $1m. Interested Contractors Should Also Consider Their Construction Bonding Capacities When Responding.contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 236220 To Be Considered/confirmed.overview: This Project Will Include All Mobilization, Work, Labor, And Materials To Complete This Work To Include Prime/subcontracting Oversight As Follows: The Government Anticipates That The Work Will Include Repairs To Existing Foundation, Installation Of New Chimney Liners And Repairs To Exterior Chimney Stone, Roof Beam Stabilization, Exterior And Interior Wood Repairs, Repainting, And Staining, Siding Repairs, Flashing Repairs, Concrete And Sidewalk Repairs, Storm Water Management System Repairs And Building Underpinning On The Historic Octagon Shelter. All Specifications Documents/drawings Will Be Provided If/when The Government Proceeds With A Formal Solicitation.interested Firms Must Submit The Attached Market Research Sources Sought Survey.this Market Research Is Being Conducted To Acquire Additional Information About Potential Contractors That May Be Interested In Performing This Work. This Is Not An Invitation For Bid (ifb) Or Request For Proposal (rfp) And Does Not Constitute Any Commitment By The Government To Issue Any Solicitation. All Interested Firms Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. Any Solicitation That May Be Issued Will Be Posted On Sam.gov.all Responses Must Be Submitted Via Email Not Later Than 1200 Est, January 31, 2025. Email Address: Colette_riegelmayer@nps.gov. Include The Reference Number (140p6425b0003) In The Subject Line.
Nainital Bank Limited Tender
India
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: Auction Sale Of Immovable Property - Plot, Location: Village Mesiya, Tehsil Gadarpur, District Udham Singh Nagar (uttarakhand) Survey Details: Khata No. 00128, Khasra No. 314 Ownership: Registered In The Name Of Gurubeer Kaur On 02.04.2019 (april 2, 2019) At The Sub-registrar's Office, Bajpur, In Register No. 1, Jild No. 2740, Page No. 1 To 30, Document No. 1774.
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: The Naval Information Warfare Center (niwc) Atlantic Is Issuing This Market Survey For Determining Small Business Capabilities And Is Soliciting Information Frompotential Sources To Produce And Deliver Integrated Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, And Reconnaissance (c5isr) Systems, Networks, And Support Equipment. ***note: The Statement Of Work (sow) Attached To This Sources Sought Is A Draft Document And Therefore Subject To Change. This Is Not An Rfp.***
Bank Of Baroda - BOB Tender
Real Estate Service
India
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Auction Sale Of Immovable Property - All That Piece And Parcel Of The Property Being Land And Building Measuring About 4360 Sq.ft, Bearing 5/51b, Mgr Street, Sirunium Sholavaram, Thiruvallur District, Comprised In Survey No. 51/2, Sirunium Village, Ponneri Taluk, Thiruvallur District, With Building, Electricity, Drainage And Metro Water Connections Together With Built Up Area Of About 3500 Sq.ft And Bounded
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Description: Purpose/description this Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Expertise, Capabilities, Equipment And Experience To Meet The Engine Wash Requirements For The (kc-135), F108-201 F138-100 (c-5m) And Tf33-103 (b-52), Tf33-100a (e-3), F139-pw-100 (kc-46a) Engines. Total Combined Engine Wash Quantity Could Be Approximately 700 Engines Per Year/with 58 Per Month. Additional Capabilities To Wash Air Force Engines Not Listed Is Encouraged. Engine Washes Shall Be Performed At Approximately 34 Air Force Base Locations. Wash Schedules May Include From 1- 10 Simultaneous Locations At Once And May Include Weekend Operations. Engine Wash Quantities Will Vary From 4 Engines To Over 40 Engines Per Visit. contractor Engine Wash Responsibilities Will Be Limited To Installing, Operating And Removing Contractor Furnished Equipment From Engine In Addition To Effluent Conditioning And Proper Disposal. Aircraft/engine Setup And Operation During And After Water Wash Procedure Will Be The Responsibility Of The U.s. Government. Engine Wash Shall Take No Longer That 1 Hour From Equipment Installation To Removal For Each Engine. Contractor Will Ensure Strict Adherence To All Country, Government, State And Local Environment Rules And Regulations Required During Water Wash Effluent Disposal. Contract Is Proposed To Have A One (1) Year Base With Four (4) 1-year Options. 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. instructions 1. Below Are Engine Wash Performance Capabilities Required To Satisfy Air Force Engine Wash Technical Data Requirements. Providing Any Additional Capabilities To Improve Engine Wash Results Is Encouraged. a. Water Flow: Capable Of Flow Rates Specific To Each Engine Type. Rates Vary From As Low As <.25 Gal Per Minute To As High As >6-8 Gal Per Minute b. Water Type: Shall Be Deionized Potable Water With Ph Between 6.0 And 8.5, Dissolved Solids <100 Parts Per Million (ppm) And Chlorine <50 Ppm c. Water Dispensed At Temperatures Up To 200 ° F d. Shall Be Able To Dispense Detergent If Required e. Shall Be Able To Dispense Alcohol If Ambient Conditions Are Below 40° F f. Fan Blades Shall Be Cleaned If Required g. Shall Comply With All Country, Federal, State And Local Environmental Regulations Required Safely Disposal Of Engine Wash Effluent 2. If, After Reviewing These Requirements, You Desire To Participate In This Market Research, Provide Documentation That Supports Your Company’s Capability In Meeting These Engine Wash Performance Requirements And Provide Response To Part I, Engine Wash Business Information And Part Ii, General Engine Wash Capability Questions. Limit Response To 15 Pages. Failure To Provide Documentation May Result In The Government Being Unable To Adequately Assess Your Capabilities. If You Lack Sufficient Experience In A Particular Area, Please Provide Details Explaining How You Would Overcome The Lack Of Experience/capabilities In Order To Perform That Portion Of The Requirement (i.e., Teaming, Subcontracting, Overseas Water Wash Support, Etc.) a. Identify Any Areas Of Work That Your Organization Believes Should Be Broken Out Exclusively For Small Business. b. Both Large And Small Businesses Are Encouraged To Participate In This Market Research. Joint Ventures Or Teaming Arrangements Are Encouraged. c. Questions Relative To This Market Survey Should Be Addressed To The Requiring Activity, Plus Phone Number. part I. Engine Wash Business Information please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners: company/institute Name: address: point Of Contact: cage Code: phone Number: e-mail Address: web Page Url: the Proposed North American Industry Classification Systems (naics) Code Is 488190.based On The Above Naics Code, State Whether Your Company Is: small Business (yes / No) woman Owned Small Business (wosb) (yes / No) small Disadvantaged Business (sdb) (yes / No) 8(a) Certified (yes / No) hub Zone Certified (yes / No) veteran Owned Small Business (vosb) (yes / No) service-disabled Veteran Small Business (sdvosb) (yes / No) sam.gov Registration. (yes / No) a Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate The Country Of Ownership). is Your Company Interested In Being A Prime Contractor Or Subcontractor? part Ii. Engine Wash Capability Survey Questions general Engine Wash Capability Questions: describe Briefly The Ability Of Your Company To Provide Engine Wash Services On U.s. Air Force Aircraft Configured With Four Or Eight Commercial And Military Designed Engines. Include A Description Of Your Staff Composition And Management Structure. how Many Engine Wash Locations Is Your Company Able To Support At The Same Time? what Areas Of The Continental U.s. Are You Most Cost Effective And Able To Respond To A Wash Schedule Within 72 Hours? are You Able To Engine Wash On A Saturday And/or Sunday If Required? provide The Least Amount Of Time Required To Respond To An Engine Wash Event To Over 34 Military Bases In The Continental United States. describe Your Company's Past Engine Wash Experience On Aircraft/engine Configurations Similar In Complexity To This Requirement. Include Contract Numbers, A Brief Description Of The Work Performed, Period Of Performance, Agency/organization Supported, And Individual Point Of Contact (contracting Officer Or Program Manager). at What Point Does Your Company Determine That An Engine Is Considered Clean As Possible? Is Your Measuring Equipment Periodically Calibrated? describe Where The Measurement Of Cleanliness Is Taken On Above Listed Engines And Why? briefly Describe How Your Engine Wash Equipment And Installation Procedures Will Prevent Damage To Engine Components By Either Equipment Contact Or By Foreign Object Damage (fod). describe Your Company's Capabilities To Condition Engine Wash Effluent Prior To Disposal. Describe How You Comply With Applicable Federal, State And Local Environmental Regulations. describe How You Comply With Environmental Rules Regarding Disposal Of Wash Effluent. what Quality Assurance Processes, Fod Prevention And Engine Test Qualification Practices Both Prior To And After The Engine Wash Does Your Company Employ? Please Provide A Description Of Your Quality Program (iso 9001, As9100, Etc.) If Registered. is There Any Additional Information That We Would Need To Provide To You To Support Your Engine Wash Capability Being A Viable Solution To Our Requirement? submit Information Via Email To Aflcmc/lpzx Workflow Aflcmc.lpzl.workflow@us.af.mil. Please Include The Heading “engine Wash Sources Sought (company Name).” this Is Not A Solicitation Or Request For Proposal. No Award Will Be Made Under This Sources Sought Synopsis (sss)/ Request For Information (rfi) Market Survey. The Government Reserves The Right To Cancel This Sss/rfi, Either Before Or After The Closing Date. The Government Has No Obligation To Reimburse An Offeror For Any Costs." This Is A Request For Information (rfi) Only, Which, As Part Of Market Research, Is Being Issued In Accordance With (iaw) Federal Acquisition Regulation (far) Subpart 15.201(e). This Information Is Subject To Change And Is Not Binding To The Government. Any Updated Information Will Be Provided In Future Announcements, If Applicable And Posted Electronically On Www.sam.gov. Contractors Not Responding To This Sources Sought Will Not Be Precluded From Participation In Any Future Solicitation, If Issued.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Erie Veterans Affairs Medical Center Statement Of Work (sow) contract Title. american Nurses Credentialing Center (ancc) Pathway To Excellence (pte) Designation For The Erie Va Medical Center, 135 E. 38th Street, Erie Pa 16504. 2. Background. The Erie Va Medical Center (evamc) Desires The Brand Name Or Equal To American Nurses Credentialing Center (ancc) For Pathway To Excellence (pte) Designation. Pathway To Excellence Continually Strives To Stay Relevant With The Evolving Healthcare Landscape. The Commission On Pte Ensures That The Pathway Standards And Elements Of Performance Integrate New Concepts, Knowledge, Evidence-based Practices, And Healthcare Trends. definitions Or Acronyms:
ancc American Nurses Credentialing Center
eop Element Of Performance Elements Of The Pte Standards That Are Essential To An Ideal Nursing Practice Environment.
odf Organizational Demographic Form
oo Organizational Overview par Pathway Applicant Registration
pte Pathway To Excellence
va Department Of Veterans Affairs
evamc Erie Veterans Affairs Medical Center 3. Scope. the Pte Program Recognizes Healthcare Organizations And Long-term Care Institutions For Positive Practice Environments Where Nurses Excel. Pathway-designated Organizations Create And Sustain This Positive Practice Environment By Nursing Involvement In Interprofessional Collaboration And Shared Decision-making At All Levels. To Qualify, Organizations Meet Six Practice Standards Essential To An Ideal Nursing Practice Environment And Optimal Patient Outcomes: Shared Decision-making, Leadership, Safety, Quality, Well-being, And Professional Development. applicants Conduct A Review Process To Fully Document The Integration Of Those Standards In The Organization S Practices, Policies, And Culture By Writing To These Six Standards And Submitting Them For Review And Approval. Pathway Designation Can Only Be Achieved If Nursing Staff Validate That Their Organization Meets The Pathway Standards Via Data And Evidence Submitted And An Independent, Confidential Survey. This Critical Element Exemplifies The Theme Of Empowering And Giving Nurses A Voice. pathway To Excellence Program S Appraisal Process, As Indicated In The Pathway Manual, Incorporated Herein By Reference, Controls The Review, Decision-making, And Designation Processes For The Pte Program Designation (if Awarded). All Pte Requirements Must Be Maintained Through The Application Phase, The Review Phase, And Designation, Including All Payment Of Fees When Due. Failure To Pay Fees As Outlined In This Solicitation Or Arrangement To Pay Fees Will Result In Action Against Applicant Or Pathway-designated Organization S Credential, Up To And Including Denial Of Application Or Revocation. Providing False, Misleading, Or Incomplete Information Is Grounds For Denial Of The Application At Any Point During The Review Process Or Whenever This Information Is Discovered. nurses Trust That Pathway-designated Organizations Respect Nursing Contributions, Support Professional Development, And Nurture Optimal Practice Environments. Communities Desire Satisfied Nurses Because They Are Better Equipped To Deliver High Quality Care. 4. Specific Tasks. ancc S Pte Program Office Staff Manages And Coordinates All Aspects Of The Registration And Appraisal Process. At An Assigned Date, The Evamc Will Submit To Ancc The Following Documents:
phase 1: Pathway Applicant Registration (p.a.r.). June 1, 2025
the Pathway Program Office Will Assign A Senior Analyst.
ancc Will Grant Evamc Access To The Ancc Pathway Portal And Learning Community Database.
submission Of An Application Or Completion Of Processes Outlined In The Pathway Manual Does Not, In And Of Itself, Guarantee Pathway To Excellence Designation.
phase 2: Document Submission And Appraisal June 1, 2026
evamc Completes Organizational Demographic Form (odf)
evamc Completes Organizational Overview (oo)
submit Evidence That All Elements Of Performance (eop) Are Met, A Table Of Contents And Glossary. phase 3: Pathway Nurse Survey Summer/fall 2026
upon Successful Document Review And Approval By Ancc, A Confidential Online Survey Is Administered By Ancc To Evamc Nursing Staff To Validate The Data And Evidence Submitted In The Document Submission. Ancc Shall Review Such Survey Information And The Commission On Pte Makes The Final Decision Regarding Designation.
ancc Will Provide Written Confirmation Of The Online Nurse Survey Dates With Additional Instructions For Completion.
ancc Shall Review Such Online Survey Information And Provide The Evamc With The Pte Designation If The Submitted Information Is Validated.
evamc Nursing Staff Will Access The Online Survey Via A Link Provided To The Organization By The Pte Office. The Link Will Be Accessible Only Through The Confirmed Survey Dates.
the Pte Program Office Will Provide Access To Weekly Progress Reports In The Pathway Portal For The First Three Weeks Of The Nurse Survey.
phase 4: Designation Decision Summer/fall 2026
after The Designation Decision, The Commission On Pte Will Provide A Summary Report Of The Results Of The Online Nurse Survey. program Designation Of The Evamc Is Awarded By Ancc Over A Four-year Period After Completion Of A Successful Document Submission And Appraisal And Online Nurse Survey.
contract Will Include 3 Additional Option Years To Maintain The Designation If Awarded For The Period.
the Evamc Understands And Agrees That The Applicant Registration Fee And Optional Fees Such As The Extension Fee (if Applicable), Appraisal Preparation Cancellation Fee (if Applicable), And Re-administration Of Survey Fee (if Applicable) Will Continue To Be Separate And In Real Time In Addition To The General Appraisal Fee Indicated. In The Event Evamc Opts To Appeal An Adverse Action, Evamc Shall Follow Procedures Outlined By Ancc Commission On Pathway To Excellence (cope) Appeals Process. 5. Performance Monitoring (if Applicable). the Va Pte Subject Matter Expert And The Associate Director, Patient Care Services Will Monitor Vendor Performance Throughout The Contract Period Of Performance. The Following Performance Metrics Must Be Met: ancc Will Provide The Evamc Access To The Pathway Portal And Learning Community Database.
a Confidential Survey Is Administered By Ancc To Evamc Nursing Staff With Written Confirmation Of The Nurse Survey Dates And Additional Instructions For Completion. a Survey Link Is To Be Provided To The Evamc By The Pathway To Excellence Office During Confirmed Survey Dates. ancc Will Provide Access To Weekly Progress Reports In The Pathway Portal For The First Three Weeks Of The Nurse Survey
ancc Shall Review Such Online Survey Information And Provide The Evamc With The Pte Designation If The Submitted Information Is Validated By The Agreed Timeline And Thresholds.
ancc Shall Provide A Summary Report Of The Results Of The Online Nurse Survey. 6. Privacy And Security Requirements. the Contractor Employees Shall Not Have Access To Va Sensitive Or Computer Information And Will Not Require Routine Access To Va Facilities. No Background Investigation Is Required. No Equipment Will Be Furnished To The Contractor As Part Of This Contract. 7. Government-furnished Equipment (gfe)/government-furnished Information (gfi). not Applicable 8. Other Pertinent Information Or Special Considerations. not Applicable A. Identification Of Possible Follow-on Work. Not Applicable B. Identification Of Potential Conflicts Of Interest (coi). Not Applicable E. Inspection And Acceptance Criteria. Not Applicable 9. Risk Control
there Are No Identified Safety, Patient Safety, Or Infection Control Risks To Be Addressed. 10. Place Of Performance. work Shall Be Performed At The Erie Va Medical Center And Community Based Outpatient Centers (cboc) - (crawford, Warren, Venango, And Ashtabula). This Contract Does Not Apply To The Mckean Cboc As It Is A Contracted Site And Is Ineligible For This Designation. erie Va Medical Center
135 East 38th Street
erie, Pa 16504 ashtabula Community-based Outpatient Clinic
2044 Lambros Lane
ashtabula, Oh 44004 crawford Community-based Outpatient Clinic
11200 Perry Highway
meadville, Pa 16335 venango Community-based Outpatient Clinic
125 Home Depot Drive
franklin, Pa 16323 warren Community-based Outpatient Clinic
3 Farm Colony Drive
warren, Pa 16365 no Contractor Travel Is Required For This Contract. 11. Period Of Performance. the Contract Will Be For Four (4) Ordering Periods. The Period Of Performance Shall Be: year
period Begins
period Ends
ordering Period 1
06/01/2025
05/31/2026
ordering Period 2
06/01/2026
05/31/2027
ordering Period 3
06/01/2027
05/31/2028
ordering Period 4
06/01/2028
05/31/2029 exercise Of Ordering Periods Will Be Made At Government S Discretion Based On Continued Need For Services, Contractor Performance, And Availability Of Funds In A Given Fiscal Year. The Period Of Performance/due Date Is An Estimate And May Be Altered Based On The Submission Of Written Documentation Or Submission Cycle, And Date Of Designation (if Awarded). 12. Delivery Schedule. ancc Will Provide Online Access To The Confidential Online Nurse Survey. ancc Will Provide The Evamc Access To Weekly Progress Reports In The Pathway Portal For The First Three Weeks Of The Nurse Survey.
after The Designation Decision, Ancc Will Provide A Summary Report Of The Results Of The Nurse Survey. pathway To Excellence Designation Decision end Of Statement Of Work (sow) instructions To Vendors: the Information Identified Above Is Intended To Be Descriptive, Of The Brand Name Or Equal To The American Nurses Credentialing Center (ancc) For Pathway To Excellence (pte) Designation, To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications Mentioned Above. responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Duns Number, Cage Code, Size Of Business Pursuant To North American Industrial Classification System (naics) 813920. please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You An Equivalent Solution To The Items Being Referenced Above? (4) If You Are A Large Business, Do You Have Any Authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (5) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job. (6) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number. (7) If You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (8) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (9) Please Submit Your Capabilities Regarding The Services Required Above. (10) Please Review Salient Characteristics/performance Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a. this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Responses Must Be Received Via E-mail To David.santiago2@va.gov No Later Than, 4 Pm Eastern Standard Time (est) On February 3, 2025, This Notice Will Help The Va In Determining Available Potential Sources Only. Reference 36c24425q0307 In The Subject Of The Email Response. do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, David Santiago At David.santiago2@va.gov. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Beta.sam Web Site For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To This Source Sought Notice To Be Considered For A Set-aside. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist At David.santiago2@va.gov. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. end Of Document
Himachal Pradesh State Electricity Board Limited - HPSEBL Tender
Civil And Construction...+1Irrigation Work
Eprocure
India
Closing Date13 Jan 2025
Tender AmountINR 9.1 Million (USD 106.3 K)
Details: Design, Survey, Engineering, Manufacturing, Supply, Testing of Equipments, Delivery, Storage at Site, Erection, Testing and Commissioning of Substation Equipments along with other Allied Works & Civil Works on turnkey basis for providing for SOP to the proposed lift irrigation scheme to Auhar, Sepra, Bakroa, Pleh, Peharwin, Majhasu & adjoining area under Distt. Bilaspur (H.P) in (E) section Kandrour under HPSEBL, Kandrour (NIT No. 13/2024-25).
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: The United States Department Of The Air Force (daf), Office Of The Assistant Secretary Of The Air Force For Acquisition, Technology, And Logistics (saf/aq) Oversees Air Force Research, Development, Acquisition And Program Sustainment Activities Totaling An Annual Budget In Excess Of $60b For More Than 550 Acquisition Programs. saf/aq Is Publishing This Request For Information (rfi) And Seeking To Conduct Market Research For A Follow-on Recompete Effort For Staffing And Technical Acquisition Services Support (staqss). This Is An Advisory And Assistance Professional Services Contract Opportunity That Supports All Saf/aq. Services Include Providing Information, Analyses, Recommendations, And More In The Areas Of Systems And Specialty Engineering Support (including Test And Evaluation Expertise), Acquisition Life Cycle Support, Legislative Analysis, And More. The Government Is Currently Contemplating Using A Single Award Idiq Contract Vehicle For This Requirement. attached Pws Is From The Current Staqss Ii Effort. This Is Made Available For Review And To Aid Market Research Efforts. Please Note That This Pws Will Not Be Used For This Contract Opportunity And May Be Substantially Revised In Any Future Rfi Or Potential Solicitation. dd254 Will Be Required. finally, We Request For All Interested Parties To Complete A Survey Here: Https://forms.osi.apps.mil/r/sengqbxc2z the Survey Covers Questions Relevant To The Pws And Nature Of The Work Being Requested, As Well As Requesting Contact And Business Information. for Any Questions Or Concerns Regarding This Rfi Or The Survey, Please Reach Out To Ssgt Christian Mancha At Christian.mancha@us.af.mil And Use The Rfi Id “fa701425staqssiii” In The Subject Line.
, Tender
Civil And Construction...+1Civil Works Others
Bulgaria
Closing Date31 Jan 2025
Tender AmountBGN 1.4 Million (USD 790.1 K)
Description: Bulgaria – Surface Surveying Services – Преизмерване На Нивелачни Линии От Държавната Нивелачна Мрежа I Клас С Обща Дължина 716.8 Km И На Нивелачни Линии За Осъществяване На Връзка На Основните Нивелачни Репери На Мс Бургас И Мс Варна С Днм С Обща Дължина 26.4 Km По 5 (пет) Обособени Позиции
DEPT OF THE AIR FORCE USA Tender
Energy, Oil and Gas...+3Electrical Goods and Equipments, Electrical Generators And Transformers, Electrical and Electronics
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: The Government Is Conducting Market Research To Identify Sources For A Next Generation Containerized 500kw Generator Solution For Use In Beddown Of Forces In Austere Locations. The Government Seeks To Determine If There Is Presently A Solution In The Market, If A Solution Is Already Being Developed, And Also The Trade-offs To Consider When Specifying Its Requirements For A Solution. The Level Of Security Clearance And Amount Of Foreign Participation In This Requirement Has Not Been Determined. the Government Does Not Own Or Have Access To The Data For A Potential Containerized 500kw Generator Solution That Would Enable Power Generation In Austere Or Expeditionary Environments. The Government Has Not Determined If There Is Already A Solution That Is A Commercial Item. It Is Unknown If Commercial Item Descriptions, Commercial Vendor Catalogs, Price Lists, Or Commercial Manuals Assigned A Technical Manual Number Apply. the Purpose Of This Request For Information Is To Identify If There Are Any Products Either Existing, Or In Development To Fulfill This Capability. Responses In The Form Of Papers Or Presentations Detailing A Concept Or Models Are Welcome In Response To This Request For Information. Information Is Being Gathered To Inform Air Force Life Cycle Management Center Of Any Potential Solutions, And Also The Achievability Of The Objectives Outlined In Attachment 1. There May Be Additional Application For Wider Adoption By The Air Force If The Concept Is Determined To Be Achievable. 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. Respondents To This Survey Will Be Considered For Any Future Industry Days And Informed Of Any Requirements Development.
3181-3190 of 4731 archived Tenders