Survey Tenders
Survey Tenders
Ikomm As Tender
Software and IT Solutions
Norway
Closing Date20 Jan 2025
Tender AmountNOK 30 Million (USD 2.6 Million)
Details: Title: System Portfolio For Geographical Information System For Gudbrandsdalskart
description: The Aim Of The Procurement Is To Procure A General Gis System That Handles Municipal Management Assignments, Services And Data. The Delivery Shall, With The Exception Of What Is Defined As Optional Options, Be The Same For All Participating Municipalities. The Contracting Authorities For This Procurement Are: Lillehammer Region (lillehammer, Gausdal And Øyer Municipalities) Midt-gudbrandsdal (ringebu, Sør-fron And Nord-fron Municipalities) Nord-gudbrandsdal (sel, Vågå, Lom, Sjåk, Lesja And Dovre Municipalities) The Scope Of The Delivery Can Be Covered By One Or Several Contracts. General Information On The Procurement ́s Distinctive Character: The Procurement Is Organised As Sub-contracts In The Following 4 Categories: 1. Management System That Shall Be Used For Basic Functions For Editing And Updating Map Data. The Management System Shall Be Operated By The Tenderer In The Tenderer's Own Operational Environment, And Shall As A Minimum Contain The Following: · Basic Gis Functions Such As Viewing, Editing, Importing And Exporting Data. · Functionality For Management Of Area Plans · Functionality For The Administration Of Sfkb · Functionality For Analysing And Documentation Of Land Survey Data. · Functionality For Guiding Land Registers · Analysis Functionality 2. Access System That Shall As A Minimum Contain Maps And Functionality For Use In Case Handling (building Applications, Plans, Agriculture, Stand-by Etc.) And For The Public. The System Shall Include Dok Analyses And Free-standing Map Clients For Theme Data. 3. Other Modules Will Be Seen As Free-standing Products And Can Be Ordered In Separate Sub-contracts Or As A Part Of The Basic Systems For Management Or Access. The Products In These Agreements Shall Be Able To Be Replaced With Other Suppliers ́ Products Without This Affecting Access, Integrations And Interaction With Other Systems In General. Relevant Modules For Assessment Are The Following: · Surveying Module With Field Tools · Dashboard · Property Information With Access To, Among Other Things, Land Register, Basic Book And Mortgage Book. · Citizen Dialogue Module · Application Portal For Building Applications · Plan Application Portal · Application Portal For Surveying And Dispensations. · Application Portal For Dispensations · Field Tool For Sfkb, Ar5 And Nvdb · Plan Register · Narrator Map · Module For The Sale Of Property Data. · Snow Clearing Map · Management Tool For Road Operations · Stand-by Tool 4. Management System For Water And Sewage (water) · Desktop Management System · Field Solution · Proceedings · Operation · Support System Including Notification, Application Portal, Registration System Etc. The Procurement Allows Tenderers To Submit Tenders For All Or Parts Of The Requested Scope. The Management System For Water And Sewage Shall Cover Lillehammer Municipality In The First Phase, But Other Municipalities Shall Be Able To Procure This System As An Optional Option In The Contract Period. The Provisional Requirement Matrix Is Only Attached For Information In The Qualification Phase. The Final Requirement Matrix Will Be Published After Tenderers Are Qualified. There Is A Separate Underlying Requirement Matrix For The Water And Sewage Area, Which Specifies Specific Water And Sewage Requirements. The "basic Requirements" In The Requirement Matrix Also Apply For W&s And Be Seen In Context. See The Annexes For Further Details: The Tender Documentation - Part 1 - Qualification Phase, Competition With Negotiations.
DEPT OF THE ARMY USA Tender
Others...+2Civil And Construction, Excavation
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Maintenance Dredging Of New York And New Jersey Harbor – Arthur Kill 50 Foot Reach Federal Navigation Project market Survey Background Information the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform Maintenance Dredging Of The New York And New Jersey Harbor – Arthur Kill 50 Foot Reach Federal Navigation Project To A Depth Of -50 Feet Mean Lower Low Water (mllw) Plus 1 Foot Of Allowable Over-depth. The Proposed Maintenance Dredging Would Remove Approximately 100,000 Cubic Yards (cy) Of Material From The Critical Shoal Area. The Dredged Material Would Be Dredged And Subsequently Placed At A Suitable, Contractor Provided, State Permitted Upland Placement Site(s). The Dredged Material Is Expected To Consist Primarily Of Silt And Clay. based On The Past Dredging Projects Within The New York Harbor, And Anticipated Restrictions Found In The New York State Department Of Environmental Conservation Water Quality Certificate, The Proposed Work Can Only Be Performed By Utilizing A Mechanical Clamshell Dredge With Environmental Bucket. Additionally, Tug-boats, Sealed Hull Barges And Survey Vessels Will Be Needed To Perform The Work During The Dredging, Transport, Processing And Placement Activities. The Dredging, Transport And Placement At A Suitable, Contractor Provided, State Permitted Upland Placement Site(s) Would Be Required To Meet All Federal, State, And Local Criteria Required By The Government Agencies Having Jurisdiction Where The Dredging And Placement Sites Are Located. All Necessary Permits Required For The Dredged Material Placement Will Be Provided By The Contractor To The Government. the Apparent Low Bidder Shall, Within 35 Calendar Days From The Date The Apparent Low Bidder Is Notified Of Being Such, Provide Copies Of All Required Permits And Approvals For Transportation, Transfer, Dewatering, Processing, And Final Placement Of Dredged Material, And Shall Submit Evidence Of Such Permits And Approvals To The Government. once The Contract Is Awarded, The Contractor Will Be Required To Commence Work Within Five (5) Calendar Days After The Date Of Receipt Of The Notice To Proceed And Maintain An Integrated Production Rate Of At Least 2,500 Cubic Yards Per Calendar Day For The Dredging And Placement Of The Dredged Material. The Presence Of The Dredging Equipment In The Channel Will Impact Ship Traffic, And It Is Necessary To Maintain This Production Rate While Minimizing The Duration Of This Impact. the Proposed Work Is Anticipated To Take Place In The Summer / Fall Of 2025. The Work Is Estimated To Cost Between $10,000,000 And $25,000,000. survey Of The Dredging Industry the Following Confidential Survey Questionnaire Is Designed To Apprise Usace Of Prospective Dredging Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Arthur Kill 50 Foot Reach Maintenance Dredging Project. general have You Ever Worked On Dredging Jobs Similar In Nature To This Project? If So, Please Describe The Project And For Whom The Work Was Performed. Identify A Point Of Contact And Phone Number, As A Reference Of Relevant Experience. have You Performed Dredging Within The Waters Of The Port Of New York And New Jersey? do You Have Experience With The Placement Of Dredged Material At A Suitable, Contractor Provided, State Permitted Upland Placement Site? Please List Your Experience. what Percentage Of Work (volume Of Material Dredged, Transported, Processed And Ultimately Placed) Can You Perform With Your Own Equipment Or Equipment Owned By Another Dredging Contractor? would You Be Willing To Bid On The Project Previously Described? If The Answer Is No, Please Explain Why Not. would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit? what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? do You Have Experience Using Usace Resident Management System (rms) 3.0 For Delivering Submittals, Daily Dredging Reports And Pay Estimates? do You Have Experience Applying Usace Em 385-1-1 (mar 2024)and All Requirements? deficiencies Observed On Site Will Require Immediate Attention And Action To Meet All Applicable Safety Codes. equipment 13. What Type Of Dredge Equipment Do You Own And/or Operate That Is Suitable For The Work Described? Do You Own A Mechanical Dredge With A Closed Environmental Clamshell Bucket? Please List Each Piece Of Equipment Capable Of Performing The Work Described, I.e. Dredging, Transfer, Transportation, Processing And Final Placement Of The Material. For Each Dredge That You List, Please Specify Its Bucket Size(s), And Any Other Salient Characteristics. 14. Identify Which Dredge(s), Including Support Equipment (tug, Crew Boat, Scows, Etc.), You Would Employ On This Project. Also, For Each Dredge, Identify The Maximum Dredging Depth. 15. Do You Own Material Scows? If So, How Many Do You Have Available For Use? Please List The Name Of The Scow, Its Type (ocean-going, Sealed Hull, Etc) And The Capacity. 16. Do You Have The Capability To Process The Dredged Material On Your Own? If So Please Explain. If Not, What Commercial Provider Of Dredge Material Processing Will You Engage For This Project? What Is The Daily Processing Capacity In Either Case? 17. Will You Be Able To Meet A Production Rate Of 2,500 Cubic Yards Per Calendar Day And Complete All Work? 18. Do You Have Experience With The Use Of An Automated Dredged Material Monitoring System (black Box / Silent Inspector) Employing A Dredged Material Inspector (dmi)?
Alberta Innovates Tender
Software and IT Solutions
Canada
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: The Alberta Innovates Investment Business Unit Is Seeking A Vendor To Support Data Collection Activities, As Well As Analysis And Reporting Activities On An As-needed Basis. The Ai Investments Business Unit Manages Programs Including The Scaleup And Growth Accelerator Program. As Part Of Performance Management, Data Is Collected From Company Participants During And After Programming. Data Is Collected In A Variety Of Ways Including Data Collection Templates, Surveys And Structured Interviews. A Mixed Method Approach Of Quantitative And Qualitative Data Is Utilized. The Data Is Then Analyzed, And A Variety Of Reports Are Generated To Use For Analysis And Learning As Well As Accountability Back To The Government Of Alberta.
Tower Hamlets Tender
Others
United Kingdom
Closing Date31 Jan 2025
Tender AmountGBP 900 K (USD 1.1 Million)
Details: To Appoint An Accredited And Qualified Chartered Surveying Firm To Provide Estate Management Professional Services Support To The Council’s Asset Management Team. The Service Requirements Are Broken Down As Follows: Lot 1 - General Estate Management Activities (estimated Value - £790,000) Lot 2 – Estate Management Activities Relating To Ben Jonson Road And Shops At Mile End (estimated Value - £100,000) The Tender Documents Are Available Within The Question Set – Bidders Should Click On “start My Response.” The Tender Documents Are Uploaded To Final Question, At The End Of The Selection Questionnaire – It Is Marked “itt Documents.
Cebu Technological University Tender
Machinery and Tools
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.9 K)
Details: Description Lot 1: Pr No. 25-01-0003 – Procurement Of Civil Engineering Hydraulics Laboratory Equipment Abc: 220, 540.00 Lot 2: Pr No. 25-01-0004 – Procurement Of Civil Engineering Soil Mechanics Laboratory Equipment Abc: 2,647,624.00 Lot 3: Pr No. 25-01-0005 – Procurement Of Civil Engineering Surveying Laboratory Equipment Abc: 204,435.00 Lot 4: Procurement Of Civil Engineering Construction Material Testing Laboratory Equipment Abc: 434,062.00 See Attached Bid Docs
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures For Commercial Items Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Sam.gov (https://sam.gov/). The Rfq Number Is N0018925q0081. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 (effective 17 Jan 2025) And Dfars Publication Notice 20241218 (effective 18 Dec 2024). It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. the Naics Code Is 532411 And The Small Business Standard Is $45.5m. The Government Intends To Solicit And Negotiate A Firm Fixed Price Contract. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. All Bids, Proposals, Or Quotations Received By The Closing Response Date Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Small Business Office Concurs With This Determination. this Announcement Will Close At 12:00pm Est On Monday, January 27, 2025. All Responsible Sources May Submit A Quote To Caitlin King Who Can Be Reached Via Caitlin.d.king2.civ@us.navy.mil. Oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. the Naval Supply Systems Command Fleet Logistics Center, Norfolk Requests Responses From Qualified Sources Capable Of Providing The Following In Support Of The United States Naval Academy. background the U.s. Naval Academy Division Of Water Front Readiness Is Required To Weight Test Their 300 Mt Marine Travel Lift In Accordance With U.s Navy Navfac P-307 Weight Handling Guidelines For Cranes And Equipment To Ensure Safety Among Our Military Personnel, Civilian Employees And Meet Guidelines That Have Been Established. scope contractor Will Provide A Deck Barge That Will Be Used For Weight Testing Purposes Only, The Barge Will Be Placed In Our Basin And Lifted Out Of The Water With Our 300mt Travel Lift And Placed On Our Designated Lift Area To Be Filled With Water And Additional Weight On The Deck If Needed To Get To Our Weight Load Goal Of 726,000 Tons. The Calculation For Water And Additional Weight Load Will Be Determined By The Size And Weight Of The Barge. The Specs For The Barge That Is Required Should Be No More Than 28’wide X 109’long X 10’deep. With Access Ports That Will Allow Us To Fill With Water And Dewater Once Weight Test Is Complete. The Reason We Need A Barge With These Dimensions Is Because Are Basin Is Only 31’10’’ Wide Plus We Have To Take Inconsideration Once The Spreaders From The 300 Mt Marine Travel Lift Are In Place To Lift The Barge They Are 12’’wide Times Two One On Each Side Of The Barge. Barge Must Be Able To Maintain Water Integrity And Be Structural Sound For Lifting Out Of The Water. Barge Must Be Delivered Free Of Any Contaminates That Will Be In Violations Of Epa Laws. 3.0 Tasks contractor Shall Pose At Least The Minimum Qualifications Required By Nationally Acceptable Marine Industry Standards For Certification For The Equipment Being Leased. contractor Shall Provide Current Survey Certifications For The Barge Disclosing All Information. the Contractor Will Deliver The Barge At The Specific Date Established And Pick Up The Barge Once Weight Testing Is Complete. the Contractor Shall Coordinate And Plan Work Sequences As Needed To Complete This Task As Defined With The Gtpoc Before Delivery Takes Place. contractor Will Assure The Barge Is Free Of Any Materials Or Debris Before Delivery Established. contractor Must Inspect Barge Before Turn Over And Upon Completion Of Weight When Once Barge Is Ready To Be Pickup For Any Damages. 4.0 Period Of Performance the Barge Shall Be Delivered And Ready For Weight Test No Later Than February 6, 2024. subject To The Availability Of Funds And Option Exercise, There Are Four (4) Options For This Rental Annually. 5.0 Hours Of Operation work Shall Be Performed During Normal Business Hours. Additional Hours Or Time Came Be Arrange To Accommodate The Contractor. 6.0 Place Of Performance weight Test Shall Be Completed At Water Front Readiness, U.s. Naval Academy. 7.0 Government Tasks: the Government Activity Will Haul The Barge Out Of The Water, Block The Barge, And Provide Water And Electric From The Facility Once Barge Has Been Delivered. the Government Will Fill And Dewater Barge Upon Completion Of Weight Test Certification. the Government Will Furnish Additional Weights And Crane Services. the Government Will Need To Purchase Renters Insurance To Be Liable For Any Damages That Might Occur While Conducting Weight Test Certification To Cover Unforeseen Expenses Related To The Barge. contractor Requirements / Specific Tasks: vendor Shall Pose At Least The Minimum Qualifications Required By Nationally Acceptable Marine Industry Standards For Certification For The Equipment Being Leased. The Vendor Needs To Provide Current Survey Certifications For The Barge Disclosing All Information. the Contractor Will Deliver The Barge At The Specific Date Established And Pick Up The Barge Once Weight Testing Is Complete. the Contractor Shall Coordinate And Plan Work Sequences As Needed To Complete This Task As Defined With The Gtpoc Before Delivery Takes Place. contractor Will Assure The Barge Is Free Of Any Materials Or Debris Before Delivery Established. contractor Must Inspect Barge Before Turn Over And Upon Completion Of Weight When Once Barge Is Ready To Be Pickup For Any Damages. see Attached Combined Synopsis/solicitation Document
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Description: Sources Sought - Vented Cylinder this Is A Sources Sought Notice And Is For “information Purposes Only” To Prepare A One-time Buy For Nsn 1720-01-285-7189. This Is Not A Request For Proposals, Quotations Or Bids. This Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research Pursuant To Far Part 10. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Are Capable Of Executing The Potential Contract. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. No Solicitation Exists At This Time. the Government Intends To Purchase Approximately 21 Ea Of Nsn 1720-01-285-7189, Vented Cylinder The Part Number Is 622259-1l And Is Made In Accordance With (80020) Navy Drawings. This Nsn Is Coded As A Critical Safety Item (csi) For The Aircraft Launch And Recovery Equipment. It Is To Be Manufactured By Approved Sources Only. parties Interested In Becoming An Approved Source For This Item Are Encouraged To Complete A Source Approval Request (sar) Package. The Item Requires Enhanced Jcp Certification. Product Will Be Shipped To A Dla Stock Location. instructions For Enhanced Jcp Certification: dla Has Enhanced Its Joint Certification Program (jcp) Registration And Validation Procedures. Selected National Stock Numbers (nsns) Will Require Additional Permissions To Access The Associated Technical Data. In The Event A Vendor Cannot Access The Technical Data For A Nsn In Dla Cfolders, The Vendor Must Submit A Onetime Request To Jcpvalidation@dla.mil For Technical Data Access Consideration. If A Vendor Has Inquiries After Having Submitted Required Information To The Jcp Office, These Inquiries Are To Be Directed To Dlaj344datacustodian@dla.mil. dla Processes The Vendor’s Technical Data Request On A First Come, First Served Basis. Failure To Comply Timely With Required Information May Result In Lack Of Consideration For Dla Solicitations. It Is Vitally Important That Vendors Provide Correct Company Official Name(s) And Contact Information In All Correspondence. Dla Will Work Diligently On Validating Vendor Requests. Vendors Will Be Notified Within 3 Business Days Of When Their Requests Were Approved. However, Dla Cannot Guarantee That It Can Complete All Validation Requests By The Due Date For Any Solicitation Responses. make Sure To Contact Email Dlaj344datacustodian@dla.mil. the Applicable North American Classification System (naics) Code Is 336413 With A Business Size Of 1250. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Susan Lupo Via E-mail At Susan.lupo@dla.mil By February 3, 2025. sources Sought - Vented Cylinder this Is A Sources Sought Notice And Is For “information Purposes Only” To Prepare A One-time Buy For Nsn 1720-01-285-7189. This Is Not A Request For Proposals, Quotations Or Bids. This Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research Pursuant To Far Part 10. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Are Capable Of Executing The Potential Contract. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. No Solicitation Exists At This Time. the Government Intends To Purchase Approximately 21 Ea Of Nsn 1720-01-285-7189, Vented Cylinder The Part Number Is 622259-1l And Is Made In Accordance With (80020) Navy Drawings. This Nsn Is Coded As A Critical Safety Item (csi) For The Aircraft Launch And Recovery Equipment. It Is To Be Manufactured By Approved Sources Only. parties Interested In Becoming An Approved Source For This Item Are Encouraged To Complete A Source Approval Request (sar) Package. The Item Requires Enhanced Jcp Certification. Product Will Be Shipped To A Dla Stock Location. instructions For Enhanced Jcp Certification: dla Has Enhanced Its Joint Certification Program (jcp) Registration And Validation Procedures. Selected National Stock Numbers (nsns) Will Require Additional Permissions To Access The Associated Technical Data. In The Event A Vendor Cannot Access The Technical Data For A Nsn In Dla Cfolders, The Vendor Must Submit A Onetime Request To Jcpvalidation@dla.mil For Technical Data Access Consideration. If A Vendor Has Inquiries After Having Submitted Required Information To The Jcp Office, These Inquiries Are To Be Directed To Dlaj344datacustodian@dla.mil. dla Processes The Vendor’s Technical Data Request On A First Come, First Served Basis. Failure To Comply Timely With Required Information May Result In Lack Of Consideration For Dla Solicitations. It Is Vitally Important That Vendors Provide Correct Company Official Name(s) And Contact Information In All Correspondence. Dla Will Work Diligently On Validating Vendor Requests. Vendors Will Be Notified Within 3 Business Days Of When Their Requests Were Approved. However, Dla Cannot Guarantee That It Can Complete All Validation Requests By The Due Date For Any Solicitation Responses. make Sure To Contact Email Dlaj344datacustodian@dla.mil. the Applicable North American Classification System (naics) Code Is 336413 With A Business Size Of 1250. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Susan Lupo Via E-mail At Susan.lupo@dla.mil By February 3, 2025.
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: The Federal Aviation Administration (faa)’s Science Technology Engineering And Mathematics (stem) Aviation And Space Education (avsed) Program Is Issuing A Request For Information For “faa Branded Stem Items”. Please See Attached Documents For Detailed Instructions. The Acquisition Strategy For The Procurement Has Not Been Determined At This Time; However, Either An Unrestricted Competition Or A Set-aside May Be Chosen Depending On The Responses To This Sources Sought /rfi Notice. A) This Is Not A Screening Information Request Or Request For Proposals Of Any Kind; B) The Faa Is Not Seeking Or Accepting Unsolicited Proposals; C) The Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey; And D) Any Costs Associated With The Market Survey Submittal Are Solely At The Interested Vendor’s Expense. the Purpose Of This Rfi Is To Solicit Statements Of Interest And Capabilities Statements From Small Businesses In The Following Categories: (a) Socially And Economically Disadvantaged Business (sedb) Expressly Certified By The Small Business Administration (sba) For Participation In Sba's 8(a) Program; (b) Service-disabled Veteran Owned Small Business (sdvosb); (c) Women-owned Small Business (wosb); (d) Historically Underutilized Business Zone (hubzone) Small Business; And (e) Small Business (sb), That Are Capable Of Providing The Supplies Outlined In This Document, In The Timeframe Stated In This Document. The Responses To This Rfi Will Help Determine The Acquisition Strategy And Whether Adequate Competition Exists To Set-aside The Competition Among Small Businesses. please See Attachment For Specific Information Regarding The Contents Of The 1. Cover Sheet; 2. Capabilities Statement & Market Information; 3. Background Experience. note 1: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). note 2: The Faa Will Host A (virtual) “faa Branded Stem” Industry Event And Invite Interested Parties To Attend. The Industry Event Is Scheduled To Take Place On 15 January 2025, From 10:00 A.m. - 12:00 Noon (est). the Purpose Of The Event Is To Allow For The Exchange Of Information Regarding The Identification Of Future Acquisitions Of The Stem Avsed Program And Will Enhance Industry's Understanding Of The Program. This Enhanced Understanding Will Allow Potential Offerors To Judge Whether Or How They Can Satisfy The Government's Requirements. The Event Will Take Place Via Zoom Or Ms Teams. *interested Parties Must Register For The Event. For Registration Only, Please Email Erin Hodgson At Erin.hodgson@faa.gov Details Regarding The Video Conferencing Application Links/passcode Information Will Be Given Upon Registration. due To Bandwidth Limitations Only 2 Attendees Will Be Allowed Per Company. The Registration Deadline To The Above Point Of Contact (erin Hodgson) Is 13 January 2025 @12 Noon Eastern Standard Time (washington D.c. Time). Failure To Register Will Not Allow Admission Into The Event. *attending The Event Is Not A Mandatory Requirement. all Interested Parties Are Welcome To Submit Its Cover Sheet; Capabilities Statement & Market Information; And Background Experience By The Response Date Of 22 January 2025. please Contact: 9-awa-aaq410-contracting-team@faa.gov For Any Questions Related To This Rfi.
HDFC Bank - HDFC Tender
Real Estate Service
India
Closing Date22 Jan 2025
Tender AmountINR 2.2 Million (USD 25.4 K)
Details: Location/detail(s) Of The Immovable Property (ies)/ Secured Asset (s) (1 Sq. Mtr. Is Equivalent To 10.76 Sq. Ft.): All That Piece And Parcel Of The Property Being A Residential Apartment Bearing Apartment No.819, Having Carpet Area Of 291 Sq.ft In The 8th Floor In The Residential Apartment Complex Known As Alliance Jasmine Springs Together With 113.27 Sq.ft In And Out 2.09 Acres Comprised In Survey Nos. 1370/8d1a Part 1 Acre, 1373/285a2-53 Cents, 1373/284 Part-31 Cents, 1374/2-21 Cents And In S.nos. 1373/2bb Part-1.5 Cents And 1373/287c-2.5 Cents In All Measuring 2.09 Acres, 19.89 Cents (805.05 Sq.mts) Of Land Have Already Been Gifted To Thaiyur Panchayat And Remaining Extent Of Land Is 1 Acre 89.11 Cents And Bounded On The North By: 1370/8d1a Part, 1374/2 Part, 1373/284 Part, South By: 1370/8d Part, 1373/284 Part, 1375/1, East By: Omr Road, West By: 1370/98, 1370/9a1a, 1370/8d Part And The Property Is Situated Within The Sub Registration District Of Thiruporur And Registration District Of Chengalpattu.
State Bank Of India - SBI Tender
Real Estate Service
India
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: Auction Sale Of Immovable Property - All That Piece And Parcel Of Vacant Land Measuring 2,730 Square Feet, Comprised In Survey No. 132/5 Part & (s. No. 132/33 And 132/24 As Per Patta Nos. 1178 & 1179), New S.no. 132/23a & 132/24 As Per Present Patta No. 6219, Noombal Village, Presently Poonamallee Taluk, Thiruvallur District, Bearing Plot No. 148 & 15, Sri Devi Karumariamman Nagar, And Being Bounded As Follows: North By: Plot No. 11, South By: 24 Feet Road, East By: Plot No. 15, West By: (subdivided) Plot No. 144. Having An Adlinear Measurements As Follows: East To West Of The Northern Side: 45 Feet 6 Inches, East To West Of The Southern Side: 45 Feet 6 Inches. North To South On The Eastern Side: 60 Feet, North To South On The Western Side: 60 Feet And Situated Within Registration District Of South Chennai And Sub Registration District Of Kundrathur. schedule - B: 217 Square Feet Of Undivided Share Of Land And Interest In All That Piece And Parcel Of The Above-mentioned Schedule A Land. schedule - C: Flat No. S1, In The Second Floor, South East Side, Building Called "sri Jagannathar Flats" 530 Square Feet, Builtup Area (including Common Area). property Address: Flat No. S1, Sri Jagannathar Flats, Devi Karumariamman Nagar, Noombal, Chennai - 600077.
3561-3570 of 4726 archived Tenders