Survey Tenders
Survey Tenders
Kemi Tornionlaakson Koulutuskuntayhtym Lappia Municipality Education And Training Consortium Lappia Tender
Others
Finland
Closing Date29 Jan 2025
Tender AmountEUR 55 K (USD 57.2 K)
Details: Title: Living Lab - Containers For Wild Food Preprocessing, Work Packages 1-4
description: The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia Is Implementing The Project: Investments - Sustainable Growth From Local Raw Materials Funded By The Regional Council Of Lapland (project Code J11053). The Regional Council Of Lapland Has Approved The Project For Funding And Granted Support For The Implementation Of The Project From The Just Transition Fund (jtf) Under The Act On The Financing Of Regional Development And European Union Regional And Structural Policy Projects (757/2021). In Accordance With The Project Plan, The Target Of The Procurement Is Preprocessing Container Purchases And Equipment, The Estimated Total Value Of The Procurements Is 270,000€. The Aim Of The Project Is To Implement Mobile Processing Environments For Preprocessing Of Local Raw Materials. The Preprocessing Environment For Local Raw Materials Is Divided Into Work Packages 1-4. Work Package 2 (part 1 And Part 2) Will Be The First To Start Tendering Competition Of This Procurement Entity. Work Package 2. Part 1. Container For Preprocessing Wild Food (berry Separator) Including Part 2. Berry Separator Machine For Preprocessing (for Separating Frozen Sea Buckthorn Berries From The Branches By Shaking As Well As Other Suitable Frozen Wild Berries). Working Inside The Container Must Be Possible. The Estimated Value Of The Work Package Is 41.000€-55.000€. Tendering Period 7.1.-29.1.2025 Work Package 1. Dryer Container (with Freezer And Infrared Dryer) For Wild Food Preprocessing By Drying Of Natural Products. The Processes Demand That Working Inside The Container Is Possible. The Estimated Value Of The Work Package Is 95.000€. Tendering Period January-february 2025. Work Package 3. One Dryer Container And One Freezer Container, Both Must Be Trailer-transportable. The Estimated Value Of The Work Package 3. Is 55.000€. Work Package 4. Preprocessing Container With Express Freezer (shock Freezer). The Estimated Value Of The Work Package 4 Is 65.000 €. In The First Phase, The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia And Lappia Vocational College Will Request Your Offer For The Work Package 2, Part 1. Container For Separating Berries And Part 2. A Berry Separator Machine To Be Placed Inside The Container. Offers For Either Part 1. Container Or Part 2. Berry Separator Machine Are Accepted And Can Be Offered Either Container Or Separator Or Both Parts. Work Package 2 Part 1 - Container (for Separating Berries Inside The Container) Is 2.2-2.4 M High (six-foot Container) Temperature-controlled Freezer Container Or A Ready-made Freezing Container Solution. The Working Container Must Be New Or As Good As New, The Previous Purpose Of Use Must Be Stated In The Tender, As Well As The Insulation Materials. The Container Must Not Have Any Indoor Air Problems. The Container Must Be Prepared For Two People To Work Inside With The Berry Separator Machine At The Same Time. Therefore The Requirements Are Set For Ventilation, Food Handling And Occupational Safety, Which Must Be Taken Into Account When Building The Working Container. With Regard To Container Materials, Such As Structures, Insulation, Sound Insulation And Surface Materials, The Use Of A Berry Separator Machine Inside The Container Causes Resonance And Vibration, Which Must Also Be Taken Into Account When Preparing Container. The Container Must Meet The Material And Hygiene Requirements Set By The Finnish Health Authority For The Food Handling Environment. The Estimated Value Of The Container Is In The Price Range Of 26.000-35.000€. The Transport Of The Container Delivered At Place Or Delivered At Place Unloaded (kätkävaarantie 69, Loue, Tervola) Must Be Included. All Costs Must Be Included, Also Possible Transportation, Customs, Transport/freight Insurance Fees Must Be Included In The Total Offer Price. Work Package 2 Part 2 - Berry Separator Machine The Object Of The Procurement Is A Mobile Berry Separator Machine, Which Is Placed Inside The Working Container. Based On The Market Survey Carried Out, The Berry Separators Currently On The Market Are Large Separators Intended For Industrial Use. A Mobile Berry Separator Machine Placed Inside The Container Should Be Compact, Innovative And Transportable. The Berry Separator Is Attached Inside The Container During Transportion And Use Of The Machine, So Both The Container And The Berry Shaker Supplier Must Take Into Account The Mandatory Requirements For Compatibility. The Estimated Value Of The Berry Separator Machine Is Estimated To Be Around 15.000-20.000€. The Cost Of Moving And Transporting The Berry Separator To The Container Supplier (installation And Integration)must Be Included In The Total Price. The Transport Of The Berry Separator Container (kätkävaarantie 69, Loue, Tervola) Must Be Included. Cooperation Between The Container Supplier And The Supplier Of Berry Separator Machine Is Essential.
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Tukwila delineated Area: north: Southcenter Blvd south: S 180th St. east: Oaksdale Ave. Sw west: Military Rd. S. gross Square Feet (aboa): 7,016-9,233 space Type: Retail gov Parking Spaces (total): 25 full Term: 60 Months option Term: None additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0900 To 1700 (excluding Weekends And Federal Holidays). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Term Of The Lease. A Fully Serviced Leased Is Required. Offered Space Shall Not Be In The 1-percent-annual Change Floodplain (formerly Referred To As “100-year” Floodplain). The Government Reserved The Right To Conduct A Cost Benefit Analysis Included Move And Replication Costs. 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 Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; age Of Building; total Existing Gross Square Feet; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; address Or Described Location Of Building; location On Map Demonstrating The Building Lies Within The Delineated Area; a Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes; evidence Of Ownership If Building Submitted By Owner. Non-owners (e.g. Brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property; any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due: January 31, 2025 market Survey (estimated): January 31, 2025 occupancy (estimated): November 30, 2025 send Expressions Of Interest To: realty Specialist Name: Jessica Butko email Address: Cenwsre-rfp@usace.army.mil phone Number: 206-920-9874 government Contact Information: real Estate Contracting Officer: Thomas Seymour
Department Of Energy Tender
Metals and Non-Metals
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting. The Requirements/specifications Of The Electron Beam Melting Furnace Is Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Advanced Alloy Manufacturing Laboratories Focusing On Improving Manufacturing And Materials Performance In An Array Of Challenging Environments. As Part Of This Mission, Netl Has A Need For An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting.the Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Furnace Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On January 3, 2025 Through The Fedconnect Portal Or To David.lahey@netl.doe.gov. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 9.2 Million (USD 157.1 K)
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 9,215,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Banga Ris Banga Area: Construction Of 56 Meters Span Elevated Flume Structure (replace To Existing Siphon-flume-bridge), 3meters Inlet Transition & 4.3m Outlet Transition At Main Canal Station 7+380 - 7+443.3 With 31m Protection Works On The 8m-height Column And Temporary Project Facility. (nia12 -scsimo -infra -2025-011). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 110 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. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025-january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. 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 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 2 Units – Concrete Mixer (1 Bagger), 7.5hp 2 Units – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind) 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani 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.
Municipal Corporation Tender
Civil And Construction...+2Civil Works Others, Building Construction
India
Closing Date1 Jan 2025
Tender AmountINR 300 K (USD 3.5 K)
Details: Maintenance work of the best public accessible toilet located at Dr. Ambedkar Chowk in ward number 15 Ambedkar Nagar area for cleanliness survey (ODF) under the corporation item. (Zone number 02)
HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: 12/5/2024: Issuing Amendment 2 To Exend The Receipt Of Proposals And Past Performance Surveys To 1/6/2025, 2pm Et. 12/5/2024: Clarifying The Following: 1. The 5-year Period Of Performance Is: base Period 02/11/2025 - 02/10/2026 option 1 02/11/2026 - 02/10/2027 option 2 02/11/2027 - 02/10/2028 option 3 02/11/2028 - 02/10/2029 option 4 02/10/2029 - 02/10/2030 2. Please Follow The Pws For The Transition In And Out Services: 5.3 Transition In Service the Contractor Provide Transition In Support Services That Shall Provide Uninterrupted And Continuing Services Of All Existing Maintenance Services. The Contractor Shall Submit A Draft Transition-in Plan Five (5) Business Days After Contract Award. 5.4 Transition Out Services the Contractor Shall Provide Transition-out Support When Required By The Government. The Transition-out Plan Shall Facilitate The Accomplishment Of A Seamless Transition From The Incumbent To The Incoming Contractor/government Personnel At The Expiration Of The Contract. The Contractor Shall Provide A Draft Transition-out Plan Within Six Months Of The Expiration Date. The Government Will Work With The Contractor To Finalize The Transition-out Plan. The Contractor Shall Provide A Final Transition-out Plan 90 Calendars Before The Expiration Of The Contract After Receiving Government Approval. 12/3/2024: Including Amendment 1 And Applicable Documents. 11/13/2024: To Confirm, This Is Not A New Requirement. The Incumbent Iseoriginal Inc Now Dba Wolters Kluwer And The Contract Number Is:47qfda20c0001 eoriginal, Inc 351 W Camden St Ste 800 baltimore, Md 21201-7912 united States 410-652-8023 ginnie Mae Is Seeking To Obtain A Robust Electronic Vault ("evault) Solution That Is Fully Integrated With The Mers Eregistry To Use As Secure Storage For Enotes And Other Trailing Edocs That Serve As Collateral For Mortgage-backed Securities (mbs) Carrying The Ginnie Mae Guarantee. Ginnie Mae Will Use The Evault Solution As Part Of Its Digital Collateral Program To Test The Processes, Policies, And Controls Necessary To Enable Mortgagees Participating As Issuers In Its Mbs Program To Securitize Federally Insured Or Guaranteed Mortgage Loans Executed On Enotes. For Each Enote Securitized, Ginnie Mae Will Use The Evault To Update Its Status As A Rights Holder In The Mers Eregistry In Accordance With Various Scenarios, Including But Not Limited To, Loan Payoff, Borrower Default, Or The Transfer Of Mortgage Servicing Rights, As Well As To Execute Transfers Of Control And Location For Enotes Associated With Defaulted Issuer Portfolios.
Ministry of Economy, Finance and Industrial and Digital Sovereignty Tender
Others...+2Electrical Cables And Wires, Electrical and Electronics
France
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The purpose of this service is to search for postal addresses, email addresses and telephone numbers of companies to facilitate contact and follow-up with companies questioned by INSEE as part of the SINE survey collections (New Business Information System).
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Soughtnotice; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes.it Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Governmentwide Point Of Entry For Additional Information Pertaining To This Requirement. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). All Are Highly Encouraged To Respond To Ensure Adequate Competition. The Acquisition Strategy Will Be Determined Based On Responses Received From This Notice And Other Market Research Methods. the Mission And Installation Contracting Command Has Been Tasked To Solicit For And Award A Construction Contract For The Design And Installation Of The Bell Tower At The Most Holy Trinity Chapel At West Point, Ny In Support Of The United States Military Academy At West Point, Ny. It Is Anticipated That The Project Will Be A Competitive, Firm Fixed Price Contract. scope Of Work
the Government Is In Search Of Proficient Firms Capable Of Undertaking The Following Scope Of Work: The Contractor Will Provide All Supervision, Labor, Material, Equipment, And Qualified Personnel To Design, Deliver, And Install A Steel Bell Tower Structure And Bronze Decorative Bell With Inscriptions, Including All Hardware, Testing, Installation, And Delivery. The Contractor Shall Provide A 16” Diameter Bronze Bell Weighing Approximately 100 Pounds. The Bell Will Have Ornamental Decoration And A Crown Top, And Up To 40 Letters/numbers/symbols Of Raised Letter Inscription (see Te #1). Include All Mounting Hardware, Clapper Assembly, Delivery To Site, Installation, And Testing/provisioning Of Equipment. Provide 10’ Tall Bell Tower Structure Made Of Powder-coated Welded Steel Construction With A Cross/crucifix Integrated Within The Design. Steel Pipe Will Be Of Sufficient Design For The Application And Be Of Welded Construction. The Bottom Edge Of The Bell Must Lay At Least 40 Inches Above The Footer. the Disclosure Of Magnitude Is Between $25,000.00 And $100,000.00 estimated Duration For The Project Is 60 Calendar Days. the North American Industry Classification System Code For This Procurement Is 236220 Which Has A Small Business Size Standard Of $45,000,000. the Product Service Code Is Y1jz. firm Response To This Notice Shall Be Limited To 5 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, Point Of Contact, Phone Number, Unique Entity Identifier And E-mail Address. 2. Firm’s Interest In Bidding On The Solicitation When It Is Issued. 3. Firm’s Experience To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (indicate Whether As A Prime Contractor Or Subcontractor) By Providing: Brief Description Of The Project, Customer Name, And Dollar Value Of The Project – Provide At Least 3 Examples Within The Last 5 Years. 4. Firm’s Business Size – Large Business (lb), Small Business (sb), 8(a), Historically Underutilized Business Zone (hubzone), Service-disabled-veteran Owned Small Business (sdvosb), Or Women-owned Small Business (wosb). 5. Firm’s Bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. priorgovernmentcontract Work Is Not Required For Submitting A Response To This Synopsis.however, Respondents Are Reminded That All Construction Performance Must Follow The Usace Safety And Health Requirements Manual, (em 385-1-1, And Must Also Comply With All Federal, State, And Local Laws, Ordinances, Codes And/or Regulations.) should This Action Be Solicited As Full And Open Competition, A Small Business Participation Plan Will Be Identified As An Evaluation Factor In The Solicitation. Large Business(es) Must Comply With Far 52.219-9 By Submitting An Acceptable Small Business Subcontracting Plan. this Announcement And All Information Will Be Issued Via Sam And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contract, Including Documenting Section 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The Section 889(a) And (b) Compliance – Per Far 52.204-26. interested Firms Shall Respond To This Notice No Later Than 17 January 2025. Email Your Response To Lakenia Brown At Lakenia.m.brown.civ@army.mil. Email Is The Preferred Method When Receiving Responses To This Notice.
Offizielle Bezeichnung Wetteraukreis Tender
Telecommunication Services
Germany
Closing Date16 Jan 2025
Tender AmountRefer Documents
Description: Negotiated award with public competition for participation (service) Accompanying an EU-wide negotiated procedure with competition for participation for renewal and reorganization of all-IP telephony at schools in the Wetterau district. Service to support (tender support) in the preparation and implementation of an EU-wide negotiated procedure with competition for participation for renewal and reorganization of the ... Additional service to support (tender support) in the preparation and implementation of an EU-wide negotiated procedure with competition for participation for renewal and reorganization of all-IP telephony and to accompany the transition of this project at schools in the Wetterau district. Extract from the document "24-5-305_further explanations on the upstream TNW - point 3. Description of the procurement": 3.1 Initial situation: Due to the limited number of characters available, we must refer to the wording in the aforementioned document "24-5-305_further explanations on the upstream TNW - point 3. Description of the Procurement" - point 3.1. 3.2 Objective: Due to the limited number of characters available, we must refer here to the wording in the aforementioned document "24-5-305_further explanations of the upstream tnw - point 3. Description of procurement" - point 3.2. 3.3 Performance requirements for external tendering and transition support Block 1: Preparation of tender documents and tendering support Period: Expected start: March 2025 1. Support/conception of the specialist unit in preparing the award procedure (negotiated procedure with competitive tendering): - Conducting a kick-off workshop to jointly develop a rough concept for the Wetterau district. In particular, cost-effectiveness, usability and future viability are considered. The results of the workshop serve as the basis for further development of the detailed concept. - Preparation of a comprehensive service description or a service list. - Preparation of a price list. - Support in the preparation of contracts and contractual terms. - Determination and, if necessary, addition of application conditions as well as eligibility criteria and their form of proof. - Development of award criteria with weighting. - Recording/updating current status: Review and addition of the existing documents created by the Wetterau district. If required, active support in the subsequent submission of missing data. - Accompanying the Wetterau district throughout the entire tendering phase and, if necessary, support in the decision-making process. 2. During the announcement period (participation competition and tender deadlines): - Support of the specialist unit in answering questions from applicants/bidders. (The answers are sent by the central awarding authority of the Wetterau district.) 3. Review and evaluation of the applications to participate and tenders: - Carrying out the technical review of the tenders including documentation (performance parameters, completeness, evaluation criteria, references). - Determination of the need for additional requests or clarification and subsequent review including documentation of the subsequently submitted documents. - Calculation of the evaluation matrix and summary of the test results. - Detailed information/justifications on the eligibility or exclusion of offers as well as a recommendation of the most economical offer. - Support in organizing and conducting bidder meetings or presentations (on site or via video conference). Block 2: Transition support (project management) Period: After completion of the tender, depending on project requirements 1. Development and implementation of the detailed concept: - Development of a detailed concept based on the results of the current status survey and the kick-off workshop. - Development of equipment features, services and process flows in close cooperation with the Wetterau district. - Ensuring conformity with legal requirements (including GDPR) and the requirements of the Wetterau district. 2. Support of the pilot phase and transition to regular operation: - Selection of school locations for the pilot phase in coordination with the Wetterau district. - Planning, installation and commissioning of the project at pilot locations. - Documentation of the results and derivation of measures for optimization. - If necessary, adaptation of the pilot phase or implementation of further test phases. - Support of the gradual implementation at other locations until transfer to regular operation. 3. Ongoing documentation: - Creation and maintenance of comprehensive documentation of all project phases (project plan, checklists, protocols, etc.). - Regular transmission of the updated documentation and results to the Wetterau district. 4. Framework conditions for block 2: A. Billing of the services "according to expenditure", but limited to €50,000 net. B. Application of the same daily rate as in block 1. For further details, see the wording in the aforementioned document "24-5-305_further explanations of the upstream tnw - point 3. Description of the procurement" - refer to point 3.3. 3.4 Limitation of the number of applicants (analogous to the contract notice point 5 "quantity and scope" and point 15) At least 3, but max. 5 applicants will be invited to submit an offer. Objective criteria for selecting the limited number of applicants: To select the bidders who reach the next stage of the procedure, suitability criteria were drawn up under point 4. There are some exclusion criteria (a-criteria) which, if not met, lead to exclusion from the further procedure. Statements 3 to 11 are therefore mandatory. For the other criteria (b-criteria), points are awarded depending on the degree of fulfillment (0 = unsatisfactory to 10 = excellent). The scope, quality and project relevance of the requirements for point 4 are used as the evaluation criteria in the following weighting: No. 1: 30%, No. 2: 60%, No. 3: 10%. (100% corresponds to 500 evaluation points to be achieved. The minimum suitability score is set at 375 suitability points (equivalent to 75%). Applications to participate which are below the minimum suitability score will be excluded.
Department Of Energy Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: U.s. Department Of Energynational Energy Technology Laboratorysources Sought89243325nfe000186laboratory-scaled 1800c Tubular Furnace Htrhissue Date: 27 December 2024the U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Vendors Capable Of Providing A Laboratory-scaled 1800c Tubular Furnace Htrh To Maintain Heating Of Carbon Materials At 1800 Degree Celsius For A Wide Range Of Doe And Netl Research Projects. The Requirements/specifications Of The Laboratory-scaled 1800c Tubular Furnace Htrh Are Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Providing Laboratory-scaled 1800c Tubular Furnace Htrh To Maintain Heating Of Carbon Materials At 1800 Degree Celsius. The Vendor Shall Provide A System, With Nrtl Certification, Meaning They Will Include The Laboratory-scaled 1800c Tubular Furnace Htrh In Addition To All The Necessary Ancillary Hardware, Controllers And With Documented Nrtl Certification In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Need For Tube Furnace That Provides Unique Capabilities That Meet All Technical Requirements For Graphitizing Carbon Materials Supporting Netl’s Planned Research Efforts, For A Wide Range Of Doe And Netl Research Projects At Netl Pittsburgh, Pa Site. The Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Machine Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On 01/10/2024 Through The Fedconnect Portal. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
3451-3460 of 4104 archived Tenders