Survey Tenders

Survey Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: 1560 - Sheet,circuit Analo, 'aircraft, B-1b solicitation Number: Spe4a725r0327 _________________________________________________________________________________ notice Details solicitation # spe4a725r0327 procurement Type: sources Sought title: 1560-01-316-5647 - Sheet,circuit Analo classification Code: 1560 – Airframe Structural Components naics Code: 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing is This A Recovery And Reinvestment Act Action?: no primary Point Of Contact: calvin Peterson acquisition Specialist calvin.peterson@dla.mil phone: (804) 659-8838 secondary Point Of Contact: claudette Atkins contracting Officer claudette.atkins@dla.mil description: the Defense Logistics Agency 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 Nsn: 1560-01-316-5647, Sheet,circuit Analo. This Item Is Currently Identified As Part Number L3223886-017. 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 Estimated Annual Quantity Is 200 Each. The Unit Prices Will Be Established At The Time Of A Contract Award. 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 336413. 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 Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful 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 January 28th , 2025 1:00 Pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Calvin Peterson (calvin.peterson@dla.mil). if You Have Any Questions Concerning This Opportunity Please Contact: Calvin Peterson Via Email (calvin.peterson@dla.mil). place Of Contract Performance: 6002 Strathmore Rd richmond, Virginia 23234 united States archiving Policy: manual Archive allow Vendors To Add/remove From Interested Vendors: yes allow Vendors To View Interested Vendors List: yes
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: 1560 - Rib,stiffener,aircr, 'aircraft, Stratofortress B-52 solicitation Number: Spe4a725r0328 _________________________________________________________________________________ notice Details solicitation # spe4a725r0328 procurement Type: sources Sought title: 1560-00-017-7921- Rib,stiffener,aircr classification Code: 1560 – Airframe Structural Components naics Code: 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing is This A Recovery And Reinvestment Act Action?: no primary Point Of Contact: calvin Peterson acquisition Specialist calvin.peterson@dla.mil phone: (804) 659-8838 secondary Point Of Contact: claudette Atkins contracting Officer claudette.atkins@dla.mil description: the Defense Logistics Agency 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 Nsn: 1560-00-017-7921, Rib,stiffener,aircr. This Item Is Currently Identified As Part Number 1-75016-501. 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 Estimated Annual Quantity Is 7 Each. The Unit Prices Will Be Established At The Time Of A Contract Award. 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 336413. 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 Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful 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 January 28th , 2025 1:00 Pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Calvin Peterson (calvin.peterson@dla.mil). if You Have Any Questions Concerning This Opportunity Please Contact: Calvin Peterson Via Email (calvin.peterson@dla.mil). place Of Contract Performance: 6002 Strathmore Rd richmond, Virginia 23234 united States archiving Policy: manual Archive allow Vendors To Add/remove From Interested Vendors: yes allow Vendors To View Interested Vendors List: yes
Closing Date28 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice For Information Only; This Is Not A Request For Quotes/proposals Or An Invitations For Bids. There Is No Solicitation At This Time. this Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. project Title: Non-personal Service Contract tracking Number: Ss-gsu-25-008 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301, Is Seeking Capable Sources For Non-personal Service Contract For The Following Specialties: emergency Department Physician emergency Department Physician Assistant the Anticipated Period Of Performance Is A Based Plus Four (4) Option Years Contract. See Below For Full Service Performance: base Period: Date Of Award Through 12 Months 1st Option Period: 12 Months 2nd Option Period: 12 Months 3rd Option Period: 12 Months 4th Option Period: 12 Months the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621111 Office Of Physicians (except Mental Health Specialists) With A Small Business Size Standard Of $14.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Service With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 (deviation 2019-01) Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) May 20, 2023 At 8:00 A.m. Mst. as A Minimum, The Following Information Is Required: confirm The Buy-indian Set Aside Status You Qualify For Under Following Naics Code: 621111. fill Out The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other Than Small; And Other Socio-economic Program Participation Such As Small Disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb. a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Uei Number And Cage Code. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed customer Points Of Contact With Current Telephone Number And Email Address all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice. point Of Contact: melissa Lake, Contract Specialist (505) 930-1975, Melissa.lake@ihs.gov place Of Performance: gallup Indian Medical Center 1808 W. Aztec Ave gallup, Nm 87301 country: Usa this Is Not A Solicitation.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Machinery and Tools
United States
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. 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 And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: 50-8fgu25 Warehouse Toyota 5k Propane Forklift tracking Number: Ihs1506716 the Indian Health Service (ihs), Crownpoint Health Care Facility, Located In/at Crownpoint, Nm 87313 Is Seeking Capable Sources To Provide Services: 50-8fgu25 Warehouse Toyota 5k Propane Forklift the Anticipated Period Of Performance Or Delivery Date Is: 15 Days Aro the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 (deviation 2019-01) Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than 1/9/2025 10:00 Am (mst). at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance. if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Need’s Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. fill Out The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice. point Of Contact: Arlynda Largo, Purchasing Agent 505-786-2530, Arlynda.largo@ihs.gov place Of Performance: Crownpoint Healthcare Facility State Highway 371 Route 9 Junction Crownpoint Nm 87313 Country: Usa this Is Not A Solicitation. *include The Hhs Buy Indian Self-representation Form *inclusion Of The Sow/pws/specs Is Not Necessary. If Included, Mark As “draft.” *do Not Include Estimated Value, Unless Construction And Only As Required At Far 36.204.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Machinery and Tools
United States
Details: Sources Sought Notice ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Bpa Housekeeping Cleaning Equipment And Carts tracking Number: Dzhc-ss-25-005 the Indian Health Service (ihs), Shiprock Service Unit, Northern Navajo Medical Center (nnmc), Located In Shiprock, Nm, 87420 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Bpa For Housekeeping Cleaning Equipment And Carts. the Anticipated Period Of Performance Is For 1 Year From The Date Of Award. There Is A Possibility Of Base Year Plus 4 Option Years. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is325612 Polish And Other Sanitation Good Manufacturing With A Small Business Size Standard Of 900 Employees. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 17, 2025 At 04:00 Pm Mt . at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 325612 Polish And Other Sanitation Good Manufacturing if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: michael Austin, Contract Specialist phone: (505) 960-7848 email: Michael.austin@ihs.gov place Of Performance: northern Navajo Medical Center p.o. Box 160, Hwy 491 North shiprock, Nm, 87420 this Is Not A Solicitation.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: Sources Sought Notice Template ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: On-site Preventative Maintenance Services For Ultrasound Medical Equipment tracking Number: Ihs1502379 the Indian Health Service (ihs), Chinle Comprehensive Health Care Facility Located In/at Off Highway 191 & Hospital Drive, Chinle, Az 86503 Is Seeking Capable Sources For On-site Preventative Maintenance Services For Ultrasound Medical Equipment. Refer To Attached Scope Of Work. the Anticipated Period Of Performance Dates Are One 1-year Base Period Plus Two 1-year Option Periods, Tentative Start Date 03/01/2025. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811211 Consumer Electronics Repair And Maintenance With A Small Business Size Standard Of $8.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) This Notice’s Closing Date/time. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 811211 Consumer Electronics Repair And Maintenance if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Sam Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: tanya Begay, Supervisory Contract Specialist, 928-674-7635, Tanya.begay2@ihs.gov place Of Performance: chinle Comprehensive Health Care Facility off Highway 191 & Hospital Drive chinle, Az 86503 this Is Not A Solicitation. no Questions Will Be Accepted Regarding This Notice. attachments: * Hhs Buy Indian Self-representation Form * Scope Of Work
Closing Date29 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Description: Sources Sought Notice sources Sought Notice page 5 Of 5 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 5 this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Obtain Information From Qualified Sources With Special Interest Relative To The North American Industry Classification Code (naics) 333310, Commercial And Service Industry Machinery Manufacturing. the Government Will Not Pay For Information Received In Response To This Sources Sought, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided. This Sources Sought Does Not Constitute A Commitment By The Government. Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Contractor Participation Is Not A Promise Of Future Business With The Government. requirement the Va Great Lakes Health Care System, Veterans Integrated Services Network (visn) 12, Edward Hines Jr. Va Medical Center, Hines, Il 60141 Is Seeking Original Equipment Manufacturers (oem) Of Kitchen Equipment. The Vamc Is Seeking Oems Who Produce/manufacture Brand Name Or Equal To The Following Equipment Of Any Size Standard Under Naics 333310 And Product Service Code (psc) Of 7320. The Government Is Seeking Manufacturer S And Not Authorized Distributors/resellers Capable Of Providing A Brand Name Or Equal Product To The Following Equipment. This Source Sought Is Restricted To Domestic End Products. In Order To Qualify As A Small Business Seller Your Company Must Meet The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii). The Brand Name And Salient Characteristics Are Listed Below. soiled Dishtable Eagle Group Model No. Specfab 190"wx 30"d X 43-1/2"h Overall, 14/304 Stainless Steel Top, 20" X 20" X 9" Pre-rinse Sink 14/304 Stainless Steel Top 8"h Backsplash right End Splash raised Rolled Rims On Front & Sides, splash Mount Faucet Hole For Pre-rinse, accommodates (2) 24" (front-to-back) Undercounter Dishwasher partial Undershelf On Left, stainless Steel Legs And Cross Rails With Adjustable Metal Feet nsf *with Pre-rinse e108 Field Joint, Bolted Or Ready For Field Welding undercounter Dishmachine Hobart Model No. Lxnh-5lxn Dishwasher high Temperature Sanitizing Undercounter With 17 Door Opening Height, 208-240v/60/3ph, accommodates Optional Two-level Racking Accessory, 32 Racks/hour (48 Racks /hour With Second Level Rack), freshwater Rinse, .62 Gal/rack, delime Notification With Cycle, auto Chemical Priming, detergent & Rinse Aid Pump, smart Touchscreen Controls With smartconnect App, service Diagnostics, 23-15/16"w X 25-9/16"dx 33-1/4"h, culus, nsf, energy Starâ® cord-pwrkit-3plx Power Cord Kit - Lxe, 208-240/60/3, Nema 15-30p, Plug Included 2 Ea Standard Warranty - 1-year Parts, Labor And Travel Time During Normal Working Hours two-level Racking Capability Up To 48 Racks Per Hour energy Star advanced Diagnostics And Service Connection stainless Steel work Table Eagle T3072se-bs spec-masterâ® Series Work Table, 72"w X 30"d, 4-1/2"h Backsplash, 14/300 Series Stainless Steel Top, rolled Front Edge, adjustable 18/300 Series Stainless Steel Undershelf With Marine Edge, uni-lokâ® Gusset System, (4) Stainless Steel Legs & Adjustable Bullet Feet, nsf 1 St Ca4-sb-x Table Casters, Set Of (4), 4" Diameter, (2) Swivel & (2) Swivel/brake, 115 Lbs. Capacity Per Caster, Zinc With Resilient Tread, reach-in Refrigerator Traulsen Aht132wut-fhs spec-line Refrigerator, Reach-in, One-section, 24.2 Cu. Ft., Self-contained Refrigeration, stayclear Condenser, variable Speed Compressor, automatic Non-electric Condensate Evaporator stainless Steel Exterior, aluminum Interior, standard Depth, Wide Full-height Door Or Doors With Ez-clean Gaskets, (3) Adjustable Wire Shelves Per Section, microprocessor Controls, 6" Adjustable Stainless-steel Legs, r-290 Hydrocarbon Refrigerant, 1/2hp, cetlus, etl-sanitation, energy Starâ® 2 Ea 6-year Parts & Labor And 7 Year Compressor, Standard stainless Steel Exterior/anodized Aluminum Interior stainless Steel Breaker Caps guaranteed For Life Cam-lift Hinges guaranteed For Life Flow Door Handles ez Clean Gaskets 6-year Parts & Labor And 7-year Compressor 115v/60/1-ph, 7.0 Amps, Cord With Nema 5-15p, Standard 2 Ea Full Height Solid Door, Standard 2 Ea Door Hinged On Right, Standard 2 Ea Additional Coated Shelf On Pins (max 9) coffee Cabinet/table Eagle Specfab spec-masterâ® Series Work Table, cabinet Base With Hinged Doors, 60"w X 30"d, 4-1/2"h Backsplash, 14/304 Stainless Steel Top, rolled Front Edge, (2) Hinged Doors, uni-lokâ® Gusset System, stainless Steel Cabinet Body, (4) Legs, & Adjustable Bullet Feet, Nsf it Is The Responsibility Of The Interested Source To Demonstrate To The Government The Interested Party Is An Original Equipment Manufacturer Of An Or Equal Product To The Brand Name Listed Above. Please Include Descriptive Literature For Equal Products. in Addition To Confirming Status As An Oem You Must Include The Following Information: company Name, Address, Point Of Contact, Sam.gov Ueid And Email Address. size Status And Representation/s Of The Company (i.e., Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.). Any Sdvob Or Vosb But Be Certified. is The Company Considered A Small Business Under The Naics Code 333310? does The Company Manufacturer The Product Being Offered And Can Provide Details Of Its Product For Review? (provide Emailed Literature, At No Cost, Of The Item/s Considered An Or Equal Product With Your Response) does The Company Alter; Assemble; Modify; The Products Being Offered Any Way? if The Company Has A Current Federal Contract, Are The Products Being Offered Available On The Contract? questions Should Be Sent To Rebecca Picchi At Rebecca.picchi@va.gov. responses To This Source Sought Must Be Received No Later Than January 20, 2025, At 3:00pm. as A Reminder, This Is A Sources Sought Announcement Only. There Is No Guarantee, Expressed Or Implicit, That The Market Research For This Acquisition Will Result In A Particular Set-aside Or Sole Source Award, Or Any Other Guarantee Of Award Strategy. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. interested Vendors Are Reminded That In Accordance With Far 4.1102(a) Offerors And Quoters Are Required To Be Registered In Sam At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Registration Is Available At Www.sam.gov.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Solid Waste Management
United States
Details: This Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Regulated Medical Waste Collection And Disposal tracking Number: Ss-naihs-25-1002 the Indian Health Service (ihs), Shiprock – Northern Navajo Medical Center, Located In Shiprock, New Mexico Is Seeking Capable Sources For Biohazard Regulated Medical Waste (rmw) Collection, Removal, And Disposal Services. the Anticipated Period Of Performance Is 04/01/2025 To 03/31/2030. Please See Below Complete Service Schedule: base Year: 04/01/2025 To 03/31/2026 option Year One (1): 04/01/2026 To 03/31/2027 option Year Two (2): 04/01/2027 To 03/31/2028 option Year Three (3): 04/01/2028 To 03/31/2029 option Year Four (4): 04/01/2029 To 03/31/2030 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 562211 - Hazardous Waste Treatment And Disposal With A Small Business Size Standard Of $47.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 14, 2025 At 10am Mst (1000 Mst). at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 562211 - Hazardous Waste Treatment And Disposal if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: Dallas Begay, Purchasing Agent, Dallas.begay@ihs.gov place Of Performance: Shiprock – Northern Navajo Medical Center Highway 491 North, Shiprock, Nm 87420 this Is Not A Solicitation.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

Others
United States
Details: Please Note That This Is Not A Request For Quotes Or Proposals. no Solicitation Exists At This Time. this Synopsis Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The U.s. Government, Nor Will The U.s. Government Pay For Information Solicited the U.s. Department Of Agriculture, Animal Plant Health Inspection Services, National Veterinary Services , Facility Located In Kansas City, Mo , Is Conducting A Market Survey To Determine The Availability And Technical Capability Of Qualified Commercial And Nonprofit Businesses Capable Of Providing Corrugated Materials To Transport Blood Samples. boxes Will Consist Of Three Parts: item 1 6 3/8"l X 2 1/2"w X 3 7/8"h Plain Chipboard Caliber .048 2-piece Partial Telescope Setup Box With Kraft Overwrap Caliber .004 item 2 6 5/16 L X 2 7/16 W X 3 1/2 H Partition Fits In 2-piece Box item 3 6 7/8 X 3 1/2 X 4 9/16 Corrugated Fiberboard, Domestic Single Wall Grade 200.tongue & Slot Closure 1piece Folding Construction see Attachment_2 Pictures And Specifications the Inner Partitions And Outer Shipping Containers Are Used To Collect Blood Samples To Send To The Usda/aphis/nvsl Lab To Be Analyzed For Cattle /swine Disease. The Inserts Hold The Tubes Of Blood In Position To Prevent Spillage/leakage Of Blood. The Outer Box Is The Master Container That Is Used To Secure The Blood Box W/lid And Inserts W/blood Collection While Being Transported To The Laboratory. interested Parties Are Encouraged To Complete And Return Attachment 1 To The Contracting Office. Telephonic Inquiries Will Not Be Honored. Please Email All Questions Regarding Subject Item(s) Prior To Sources Sought Closing Date To Carol.dingess@usda.gov. This Is Not A Request For Competitive Quotes Or Proposals, But Instead A Market Research Method To Determine Interested Sources. A Determination By The Government Not To Compete This Requirement Based On Responses To This Notice Is Solely Within The Discretion Of The Government. No Requests For Capability Briefings Will Be Honored As A Result Of This Notice. Interested Sources Who Submit Data Are Responsible For Appropriately Marking Information If It Is Proprietary In Nature. Please Provide Sam Id Number, And Point Of Contact Information. The Government Will Not Award A Contract Based On The Information Received, Nor Reimburse Participants For Information Or Samples They Provide. Information Or Materials Provided Is Strictly Voluntary. please Email (only) Attachment 1 To Carol Dingess At Carol.dingess@usda.gov. please Be Sure To Include Notice # Ss25q0044 On Subject Line. Telephonic Inquiries Will Not Be Honored. Closing Date For Submissions Of Statements Of Capability Is January 31, 2025 At 4:00pm Est. anyone Wishing To Do Business With The Usda Must Be Registered In The Government’s System For Award Management Registrar Now Known As Sam. You May Register On Line With Http://sam.gov a Prospective Awardee Shall Be Registered In The Sam Database Prior To Award, During Performance And Through Final Payment Of Any Contract Resulting From A Solicitation. Vendors May Obtain Information On Registration And Annual Confirmation Requirements Via The Sam Database Accessed Through Http://sam.gov Or By Calling Central Contractors Registration @ 1-866-606-8220 the Associated North American Industrial Classification System (naics) Code For This Requirement Is 322211 -corrugated And Solid Fiber Box Manufacturing. the Small Business Size Category Is 1,250 Employees. the Usda Buying Activity In Minneapolis, Mn Is Committed To Participation Of Small Businesses (sb) Small Disadvantaged Businesses (sdb), 8(a) Small Businesses, Woman-owned Small Businesses (wosb), Veteran Owned Small Businesses (vosb), Service-disabled Veteran-owned Small Businesses (sdvosb), And Historically Under-utilized Business Zone (hubzone) Small Businesses. the Government Intends To Provide All Information Regarding This Notice Via This Web Site. The Federal Government Is Not Responsible For Notifications To Offerors Regarding Notices, Solicitations Or Amendments. It Is The Vendor’s Responsibility To Check This Web Site Www.sam.gov Periodically For Updates.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Ditay Irrigation System Cy 2025 (construction Of Slope Protection, Canalization, Canal Structures And Desilting) Diplahan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Eighteen Million Four Hundred Six Thousand Eight Hundred Seventy-three Pesos And 58/100 Only (php 18,406,873.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-repair-niscy2025-996 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Protection Works 3 1. Diversion And Care Of River W/ Dewatering 1.00 L.s 3.2. Structure Excavation (mechanized) 76.40 Cu.m 3.3 Structure Backfill (mechanized) 74.70 Cu.m 3.4 Steel Sheet File 0.40m X 6m 948.00 In.m 3.5 Boulder Riprap (10cm-30cmø) 359.70 Cu.m 3.6 Embankment Construction And Compaction A. Side Borrow 12.00 Cu.m 3.7. Filter Drain 9.00 Cu.m 3.8. Concrete A. Class A Concrete (3000 Psi ) - Plain 123.00 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 3,999.50 Kgs. Iv. Canalization 4.1 Common Excavation (manual) 216.30 Cu.m 4.2 Common Backfill (manual) 216.30 Cu.m 4.3 Concrete Demolition 32.20 Cu.m 4.4 Embankment Construction And Compaction A. Haul Borrow 706.50 Cu.m 4.5 Gravel Blanket (gravel Bedding) 101.70 Cu.m 4.6 Concrete A. Class B Concrete (2400 Psi) - Plain 192.70 Cu.m B. Reinforcing Steel Bars (grade 40) - 10mm 8,073.70 Kgs. V. Canal Structures 5.1 Structure Excavation (manual) 34.30 Cu.m 5.2 Structure Backfill (manual) 21.00 Cu.m 5.3 Embankment Construction And Compaction A. Side Borrow 13.70 Cu.m 5.4 Gravel Blanket (gravel Bedding) 4.60 Cu.m 5.5 Rcp (610mm) 7.00 In.m 5.6 Concrete A. Class A Concrete (3000 Psi) - Plain 20.10 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 1,740.60 Kgs. Vi. Desilting 6.1 Common Excavation (manual) 64.00 Cu.m Total 18,406,873.58 The Above Procurement Project. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Excavator Crawler Type 1 Unit 1.0 Cu.m Bucket Excavator With Vibro Hammer, Crawler Type 1 Unit Bagger Mixer 2 Units 1 Bagger Survey Instrument 1 Set Testing Cylinder (3 Cylinder Per Set) 1 Set Concrete Vibrator 2 Units Dumptruck (6-wheeler) 2 Units 5-6 Cu.m Generator Set 1 Set 10-20 Kva Acetylene With Cutting Outfit 1 Set Waterpump 4" 2 Units Welding Machine 1 Set 300 Amp Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Materials Engineer 1 Office Engineer 1 Safety Officer 1 Survey Team 1 Construction Foreman 2 Heavy Equipment Operators 8 Skilled Workers 2 Drivers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 18.4 Million (USD 317.1 K)
3391-3400 of 4105 archived Tenders