Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Gas, And Water Utility Providers Capable Of Servicing Naval Support Activity (nsa) Panama City, Fl. this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work. if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Antonio.l.borgesrosario.civ@us.navy.mil, And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration. if I Do Not Hear From You By January 2, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time. please Refrain From Contacting Other Individuals At Nsa Panama City, Fl At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Is No Commitment By The Government To Issue A Solicitation, Make Awards, Or Pay For Respondent's Expenditures Made In Response To This Notice. Interested Vendors Are Responsible For Monitoring This Notice For Any Subsequent Amendments. All Submissions Become Government Property And Will Not Be Returned. Any Solicitation Issued As A Result Of This Notice Will Be In A Separate Announcement. The Purpose Of This Notice Is To Survey Interest And Obtain Capability Statements From Industry. the U.s. Army Corps Of Engineers (usace) Baltimore District Requests Letters Of Interest From Qualified Small Businesses, 8(a)s, Hubzones, Wosb Or Sdv Interested In Performing Work On The Potential Debris Vessel Reynolds Maintenance, Chesapeake Bay, Maryland. by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Or Acquisition Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To A Contract For Any Construction Requirements. Further, The Baltimore District (the Agency) Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Cost Associated With Responding To This Notice Will Be Solely At The Responding Party’s Expense. At This Time, Propriety Information Is Not Being Requested And Respondents Shall Refrain From Providing Propriety Information In Response To This Notice. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Any Is Issued. project Description the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit And Award For Debris Vessel Reynolds Maintenance Services Located Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries. contractor Is Responsible For Supplying All The Necessary Services, Equipment, And Equipment Materials To Perform All Maintenance And Repair Activities In The Scope Of Work. The Work May Include Welding Modifications/fabrications Which Shall Be Performed By A Certified Welder. All Electrical Work Shall Be Performed Under The Direct Supervision Of An American Boat And Yacht Council (abyc) Certified Marine Electrician. All Electrical Work Shall Meet Marine Standards With Materials Being “underwriters Laboratory (ul) Marine Listed”, American Bureau Of Shipping (abs) Classed, And U.s. Coast Guard (uscg) Accepted. All Paint Shall Be Marine Grade Paints/coatings. All Work Is To Be Completed To Meet Manufacturer Specifications And Installed Equipment Warranty Requirements. All Work Shall Meet The Environmental Protection Agency (epa) And U.s. Coast Guard Standards (u.s.c.g.). All Equipment And Work Shall Be Warranted To The Equipment Manufacturer’s Warranty Standards But No Less Than 12 Months From The Date Of Acceptance Of The Work. an Experienced Contractor With Resources And Expertise To Handle The Following Project Constraints Is Needed: The Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service Disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. the North American Industry Classification System (naics) Code For This Procurement Is 488390 – “other Support Activities For Water Transportation”. The Size Standard Is $47,000,000. capabilities Statement vendors Interested In The Potential Procurement Shall Submit A Brief Capabilities Statement No Longer Than Ten Pages. The Capabilities Statement Shall Include The Following: 1. Company Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code, And Uei Number. 2. Business Size In Relation To The Naics Code, Including Small Business Category As Applicable (e.g. Woman-owned Small Business, Service-disabled Veteran-owned Small Business, Etc.). 3. Information And Details Of Similar Projects To Include The Contract Values 4. Answers To The Questions Below: are You Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.? are You Experienced In Doing Shipyard Repairs? are You Experienced In Fabricating And Welding? what Is Your Minimum Cost For Maintenance? where Is Your Maintenance Site Located? do You Have References? email Capabilities Statement To Angela Padua, Contract Specialist At Angela.s.padua@usace.army.mil And Sharon Alexander, Contracting Officer At Sharon.l.alexander@usace.army.mil No Later Than 2:00 Pm Eastern Time, January 31, 2025; Reference Sources Sought Number W912dr25x13z7. Submissions Will Be Shared With The Government Project Delivery Team, But Otherwise Will Be Held In Strict Confidence. No Feedback Or Evaluations Will Be Provided To Respondents Regarding Their Submissions. If You Have Any Questions, Contact Angela Padua By Email.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Sources Sought For Indefinite Delivery Indefinite Quantity (idiq) Cathodic Protection: Above/under Ground Storage Tanks Contract For Government Located At The Naval Submarine Base New London In Groton, Ct this Is A Sources Sought Notice Only. This Is Not A Request For Proposal. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Systems And Engineering Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Cathodic Protection Services For A Recurring/non-recurring Indefinite-delivery Indefinite-quantity (idiq) Cathodic Protection: Above/underground Storage Tanks Service Contract Located At The Naval Submarine Base New London In Groton, Ct. all Small Business Concerns Are Encouraged To Respond. Upon Review Of Industry Responses To This Source Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government to Solicit For Or Award A Contract. An Inventory List Has Been Attached For Convenience However, The Government Will Not Answer Any Questions Regarding The Inventory Provided In This Source Sought. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. the Total Contract Term Is Anticipated To Be Five Years; A Base Year With Four Option Years. general Work Requirements: this Is A Recurring/nonrecurring Indefinite Delivery, Indefinite Quantity (idiq) Contract For The Above Ground Storage Tanks (ast), Underground Storage Tanks (ust), And Cathodic Protection Contract. Work Is To Include Providing Routine Preventive Maintenance And Repairs To Seventy- Eight (78) Above Ground Fuel Tanks, Three (3) Water Storage Tanks, Ten (10) Below Ground Storage Tanks And Their Associated Systems For Both Ast And Ust To Include But Not Limited To The Fuel Level Monitoring And Leak Detection Systems. The Contract Also Provides The Survey, Inspection, Routine Maintenance And Repair Of Cathodic Protection Systems With And Without Rectifiers For 13 Piers/quay Wall As Well As Six (6) Asts/usts. the Contractor Must Furnish All Labor, Materials, Equipment, Tools, Transportation, Supervision, Safety, Surveys, Layout Work, Quality Control, Traffic Control, And Management Necessary To Fulfill The Requirements Of Recurring Work And Any Task Orders Issued By The Contracting Officer Under This Contract. the Anticipated Award Of This Contract Is June 2025. the North American Industry Classification System (naics) Code For This Project Is 237120, Oil And Gas Pipeline And Related Structures Construction With A Small Business Size Standard Of $45,000,000.00 if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. interested Sources Are Invited To Respond To This Source Sought Announcement By Using The Form Provided Under Separate File Titled Sources Sought Contractor Information Form (form Attached) The Form Is Required. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. Responses Are Due On 17 January 2025 By 2:00 P.m. Est. The Submission Package Shall Only Be Submitted Electronically To Rebecca Spaulding At Rebecca.j.spaulding.civ@us.navy.mil questions Or Comments Regarding This Notice May Be Addressed By Email To Rebecca.j.spaulding.civ@us.navy.mil
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: ***february 6, 2024 Update *** all Questions And Responses Shall Be Submitted Via E-mail To The Point Of Contact Listed Below, No Later Than The Closing Date Of This Notice.  notice: The Government Considers Information On Market Capabilities, Common Industry Standards, Commercial Terms And Conditions, Pricing, Possible Suppliers, And Sources To Be Helpful.  All Feedback And Information Received May Be Used To Determine The Appropriate Acquisition Strategy For A Possible Future Acquisition.  This Notice Is Issued Solely For Market Research And Planning Purposes And Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation To Bid, Nor Does Its Issuance In Any Way Restrict The Government To Its Ultimate Acquisition Approach.  No Award Will Be Made From This Rfi, And The Government Will Not Pay For Any Effort Expended In Responding To This Notice. The Information In This Rfi Is Subject To Change And Is Not Binding On The Government.  the United States Air Force Sustainment Center (afsc) Is requesting Feedback From Industry On The Attached Draft Performance Work Statement (pws) For Strategic Commercial Common Repairable Support Services For The Kc-46a Aircraft.  interested Vendors Are Encouraged To Submit Information For The Questions Below. This Rfi Is Prepared For Planning Purposes Only.  Sources Are Discouraged From Submitting Any Information Deemed Competition-sensitive Or Proprietary.  However, If Sources Elect To Submit Competition-sensitive Or Proprietary Information, Sources Bear Sole Responsibility For Marking Said Information As Such To Ensure Appropriate Safeguarding By The Government.  The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.  All Submission Become Government Property And Will Not Be Returned.  interested Vendors Should Respond To The Following:  comments On Whether Sufficient Detail Is Provided For The Required Tasks To Allow For A Clear Understanding Of The Requirement.    suggested Revisions To Clarify And Further Define The Performance Work Statement Requirements. Suggestions May Be Provided Via Track Changes/comments Within The Draft Pws.    questions Related To The Content Of The Draft Pws.    it Is Afsc’s Understanding That Commercial Industry Does Not Use Iuid (item Unique Identification).   per Https://dodprocurementtoolbox.com/site-pages/unique-id The Dod Recognizes Six Commercially Used Unique Identifiers As Iuid Equivalents: The Vehicle Identification Number, Or Vin; The Cellular Mobile Telephone Identifier (cmti); The Mobile Equipment Identifier (meid) ; The Electronic Serial Number (esn); The Global Individual Asset Identifier (giai); And The Global Returnable Asset Identifier (grai). These Iuid Equivalents May Be Used In Lieu Of Assigning A New Uii.  would Any These Equivalents Be Used In Fulfilling The Requirements Of This Pws?    does The Pws Make It Clear That The Government Does Not Require The Same Item(s) To Be Returned And Is Willing To Accept An Exchange?   for Example, Usaf Sends An Unserviceable Item To The Vendor For Inspection/repair. The Contract Stipulates That This Item Has A 30 day Repair Turn Around Time (rtat). After Inspection, The Vendor Realizes That They Cannot Meet The 30 Day Rtat But They Have The Same Exact Item In Their Inventory That Is Ready To Ship. The Government Will Accept The Ready To Ship Item (with 8130-3/coc) And The Unserviceable Item Becomes Part Of The Vendor’s Inventory And Is Not Required To Be Returned To The Government.    how Does The Commercial Market Provide Pricing For Repair And Return And/or Exchange Of An Item?    the Government Is Considering A Multiple Award, Indefinite Delivery, Indefinite Quantity (idiq) Approach. Are There Any Aspects We Need To Consider Before Soliciting This Requirement In Such A Manner?    please List Any Challenges Or Roadblocks Related To Fulfilling The Draft Pws.    the Proposed Naics For This Effort Is 336413: Other Aircraft Parts And Auxiliary Equipment Manufacturing. The Proposed Product Service Code Is J016: Maintenance/repair/rebuild Of Equipment - Aircraft Components An Accessories. Please Comment On This Naics And Psc. Provide Any Suggestions For Alternative Codes With Supporting Rationale.   attachments: draft Pws nsn Listing ***end Of Feb 6 2024 Update *** ***october 3, 2022 Update *** this Sss Has Been Reopened As Of October 3, 2022. An Updated Attachment (kc 46 Commercial Common Sources Sought Synopsis 03 Oct 22) Is Attached To This Notice. The Only Change Between The 03 Oct 22 Attachment And The Previously Attached 05 Aug 22 Attachment Is The Point Of Contact Information At Section 4 Of The Instructions.  if You Have Already Submited A Response To This Sss, No Futher Action Is Required.  ****************************** this Sources Sought Synopsis (sss) Is Being Conducted To Identify Potential Sources That May Possess The Expertise, Capabilities, And Experience To Meet The Requirements Of The Kc-46 Commercial Common Repairable Support Effort.  the 424th Supply Chain Management Squadron Requires Support For The Commercial Common National Stock Numbers For The Kc-46. The Kc-46 Aircraft Provides Worldwide, Day And Night, And Adverse Weather Aerial Refueling To Receiver-capable Us, Allied, And Coalition Military Aircraft, Including Unoccupied Aircraft. The Kc-46 Tanker Is Based On Commercial Far Part 12, Federal Aviation Administration (faa) Or Equivalent, Certified 767-2c Aircraft, Which Is Finished To Meet The Unique Kc-46 Tanker Requirements. To Uphold This Certification For An Accepted Kc-46a, The Sustainment Requirements Will Ensure Compliance With Amended, Supplemental, And Military Type Certifications (atc/stc/mtc). attached Is A Description Of The Kc-46 Strategic Commercial Common Repairable Support Effort, And A Contractor Capability Survey, Which Allows You To Provide Your Company’s Capability. if, After Reviewing These Documents, You Desire To Participate In The Market Research, You Should Provide Documentation That Supports Your Company’s Capability In Meeting These Requirements By Answering The Each Question In Part Ii Of The Survey.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Scott.dwyer@usace.army.mil And Courtesy Copy Jessica.r.jackson@usace.army.milno Later Than 2:00 P.m. Cdt, 31 January 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location And Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). pavements & Maintenance Facility, Grand Forks Air Force Base (gfafb), North Dakota (nd). this Project Will Provide A Storage And Light Maintenance Facility To Store And Maintain Snow Removal Equipment. This Storage Facility Is Approximately 60,000 Sf With Space To Perform General Vehicle Maintenance. The Project Also Includes Ground Support Equipment (gse) Paving. This Project Also Includes Demolition Of Approximately 80,000 Sf Of Existing Facilities. Supporting Facilities Include Providing Liquid Storage Tanks, Generator, And Fuel Storage Tanks. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. special Construction And Functional Requirements: The Project Will Be Constructed Near The Southern End Of The Flightline Facilities At Gfafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. project Period Of Performance: period Of Performance Will Be 900 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 236220 – Commercial And Institutional Building Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years. construction Of Vehicle Storage And Or Vehicle Maintenance Facilities, Or Similar To Include Associated Site Features, Utilities, And Infrastructure. construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) construction Of Facilities On A Dod Military Installation. construction Of Facilities On An Active Airfield Flightline. construction Of Ufc 1-200-01, Building Code General Requirements construction Of Ufc 1-200-02 High Performance And Sustainable Building Requirements abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY LEON CAMPUS Tender

Laboratory Equipment and Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot 1: Agricultural Equipments - Php 350,850.00 (abc) 1 Digital Water Quality Tester "5 In 1 Water Quality Tester Includes: Ph, Ec, Tds, Salinity, And Thermometer; Battery Powered; Waterproof Rating: Ip67 Display Size: 33*24mm Item Size: 180 * 37mm / 7.1 * 1.5in Item Weight: 86g / 3.0ounce" 5 Set 2 Digital Refractometer 0-93% Digital Brix Refractometer Sugar Content Measuring 1 Set 3 Refractometer Handheld Refractometer (brix Refractometer); Inlusions Are Transport Case, Pipette, Calibration Screwer And Guide 3 Set 4 Current Meter River Current Water Velocity Portable Flow Meter For Open Channel; Measure Velociy, Flow Rate And Depth 1 Set 5 Turbidimeter Portable Turbidimeter Microcomputer Accuracy Testing With Range From 0-200 Ntu; Size:210*75*70mm/8.3*3.0*2.8in; Product Inclusions: Turbidimieter, Power Cable, Glass, Storage Box 1 Set 6 Dissolved Oxygen Analyzer Ph Meter And Dissolved Oxygen Tester Water Quality Tester Set 2 Set 7 Rain Gauge 8 In/200mm Diamter Rain Gauge Stainless Steel; Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow, Mountinf Tripod And Parts Can Are Detachable For Easy Cleaning 5 Set 8 Rain Gauge Capacity: 11"/280mm; Resolution: 0.01"/0.2mm; Diameter Size 4"*14h (102mm*356mm); Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow And Mounting Tripod/bracket And Parts Can Are Detachable For Easy Cleaning 5 Set 9 Rain Gauge Plastic Rain Gauge: Approx Size:25cm*4.5cm*2.7cm 5 Pc 10 Sling Psychrometer Slide Rule; Dimension 1" Dia * 7-1/2" Length; Non-mercury, Black Plastic 5 Unit 11 Soil Detector 6 In 1 Soil Detector (rotatable); With Sensitive Sensing Probe; Soil Ph, Soil Fertility, Soil Temperature, Soil Moisture, Environmental Illumination, Humidity; Battery Powered; Led Large Screen Display 5 Set Lot 2: Scientific Materials And Equipment - Php 249,400.00 (abc) 1 Digital Analytical Balance Capcity: 500g; Accuracy: 0.001g; Tray Size: Ø 120 Mm; Dimensions 320*195*280mm; With Screen Display; With Dual Power Supply; Stainless Steel Plate And Bubble Level 2 Unit 2 Digital Weighing Scale Capacity: 10kg; Resolution: 0.1g Digital Precision Electronic Weighing Balance W/ Counting Table Top Scale; Tare Function Stainless Steel Pan With Level Bubble; Dual Power Supply; Scale Pan Size: 180*180mm; Dimension: 260*180*64mm 2 Unit 3 Digital Food Weighing Scale Weigh Range: 0.1 G-3000g; Resolution:0.01g; Dimensions:4.1*5.0 In With Stainless Steel Plate Dimension Of 3.9*3.9 In; Battery Power Supply 3 Unit 4 Digital Food Thermometers "stainless Steel Probe; Weight: 36g; Size: 22.5*2cm Power Supply: Built-in Battery, Can Be Used Directly" 3 Unit 5 Digital Food Thermometers Digital Thermometer Infrared Laser Gun With Led Screen; Size: 75*50*145mm;battery Powered 2 Unit 6 Thermocouples Digital Thermocouple With Dual Channels 4 Probes Handheld; Battery Powered 2 Set 7 Sieves Standard Laboratory Test Sieves; 8 In/20cm Diameter And Height Of 5cm; Filter Mesh With Grit Size #10, #12, #14, #16, And #18 2 Set 8 Bulk Density Apparatus Astm 1895 Apparent Bulk Density Apparatus; Wieght = 9 Kg, Dimensions: 240x330x520mm (wxdxh) 2 Set 9 Tachometer Laser Digital Non-contact Tachometer; Measuring Range: 2.5-99999 Rpm; Lcd Screen With White Backlight, Meauring Distance:2-20in(50-500mm); Dimension 145*85*35mm; Auto Power Off; Battery Power Supply 3 Set 10 Tachometer Contact Digital Handheld Tachometer; Lcd Screen; Battery Powered; Item Size: Approx. 165*60*28mm; Set Inlcusion: Digital Tachometer, 2 Measurement Idler Wheels, 2 Measurement Touch Tips, Lengthening Bar, Portable Bag And User Manual 3 Set 11 Steel Cabinet Steel Cabinet: Dimension: 90*46*185cm; 2-door Locker With One Side For Long Tools Storage 2 Unit 12 Steel Cabinet Steel Cabinet Dimension: 90*46*185cm; 2-door Lock With 4 Adjustable Shelves 2 Unit 13 Digital Vernier Caliper Digital Vernier Caliper; 150 Mm Metal 60inch Pure Stainless; Withlcd 5 Pc 14 Digital Anemometer Digital Anemometer With Data Hold Backlight Function 3 Set 15 Sound Level Meter Digital Sound Level Meter Decibel Moinitoring; Measurement Range: 30-130db With Spongeball; Inclusions: Sound Level Meter, Operation Manual, 1 Spongeball 2 Set 16 Aluminum Tool Box Set "multiple Layered Tool Box With: Layer 1. 1x Multiprise Plier 250mm, 1x Diagonal Cutting Pliers 150mm, 1x Pliers 1/2 Long Round 150mm, 1x Universal Plier 150mm 1x All-rounder, 1x Thumb Wrench 250 Mm, 1x Box 6 Compartment Layer 2. 1x Magnetic Bimonthly Torpedo Level 25cm, 1x Measure 5m X 19mm Bimatiere Tylon, 8x Screwdriver - Bit Holder- Ph1-ph2- Pz1-pz2- Mechanic 6.5x1505.5x100-3x75, 1x Test Screwdriver, 9x Clés Males (1.5-2-2.5-3-4-5-6-8-10) Layer 3. 1x Hacksaw, 1x Pen Lamp, 1x Cutter 18mm, 1x Hammer Wooden Handle 300g Layer 4. 1x Ratchet 72 Teeth 1/4’’, 10x 1/4’’ (6-sided) Sockets: 5.5 – 6 – 7 – 8 – 9 – 10 – 11 – 12– 13 – 14 Mm, 2x 1/4’’ Extensions: 75 Mm – 150 Mm, 1x 1/4’’ Bit Holder, 1x 1/4’’ Universal Cardan, 1x Ratchet 72 Teeth 1/2’’, 16x 1/2’’ (6-piece) Sockets: 10 – 11 – 12 – 13 – 14 – 15 – 16 –17 – 18 – 19 – 21 – 22 – 24 – 27 – 30 – 32 Mm, 2x 1/2’’ Extensions: 75 Mm – 250 Mm, 1x Universal Cardan 1/2’’, 3x Sockets For 1/2’ Candle: 16 – 19 – 21 Mm, 12x Combination Wrenches: 8 – 9 – 10 – 11 – 12 – 13 – 14 –15 – 16 – 17 – 18 – 19 Mm, 1x 1/4"" 25mm Screw Bit Box – 61pcs In Pre-formed Foam" 1 Set Lot 3: Surveying Materials And Equipment - Php 199,750.00 (abc) 1 Total Station Theodolite Digital Theodolite Surveying Instrument High Accuracy 30x Electronic With Laser; Main Unit, Tool Kit, Plumb Bob, Rain Cover, Rechargeable Battery, Battery Charger, Aa Dry Battery Case, Operational Manual, Heavy Duty Carrying Case 1 Unit 2 Tripod Surveying Instrument Aluminum Tripod Double Lock With Extended Length Upto 1.7m; Head Diameter 160mm; 3kg Weight 1 Unit 3 Measuring Staff Stadia Rod Surveying Stadia Rod Extended Upto 5m; Retracted Length 0.5m 3 Pc 4 Range Pole Range Pole,3m-3 Section For Surveying 3 Pc 5 Marking Pins Surveying Color Scheme: Red And White; 50 Pc 6 Heavy Duty Measuring Tape 100m Tape Measure Fiber Glass, High Quality, Heavy Duty Meter Tape Ruler Wheel 5 Pc 7 Steel Tape 5m Steel Measuring Tape-heavy Duty 5 Pc
Closing Date15 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Pennsylvania city: York delineated Area: Central Business District Of York, Pa minimum Sq. Ft. (aboa): 1,432 maximum Sq. Ft. (aboa): 1,475 space Type: Office parking Spaces (total): Nine (9) parking Spaces (reserved Surface): Nine (9) full Term: Ten (10) Years firm Term: Five (5) Years additional Requirements: for The Parking Requirement: accommodations Must Include Lessor Provided Installation Of Two (2) Level 2 Dual Port Charging Stations. five (5) Parking Spaces Will Be Dedicated To Four (4) Electric Vehicles. An Extra Space Is Allotted To Account For The Accessible Parking Space Requirement, Which Must Measure A Minimum Of 16’ (w) X 20’ (l) four (4) Parking Spaces Will Account For One (1) Oversized Truck (2 Spaces) And One (1) Trailer (2 Spaces) truck Dimensions: 7.5’ (h) X 8.5’ (w) X 21’ (l); Gvwr: 11,550 Lbs. trailer Dimensions: 8.5’ (w) X 18.5’ (l) X 10.5’ (h); Gvwr: 9,990 Lbs. minimum Turning Radius: 63’ offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance/0.2-percent-annual Chance Floodplain (formerly Referred To As “100-year”/“500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expression Of Interests Should Include Building Name And Address, 1/8 Inch Scale Drawing Which Reflects Existing Conditions Of Offered Space, Proposed Parking Plan, Available Aboa Square Feet Offered And Rental Rate Per Aboa Square Foot, Common Area Factor(s) For Available Space By Floor, If Applicable, Owner’s Name And Address And Written Statement From The Owner That The Representative Has Legal Authority To Provide Information On The Property.************************************************************************************************ expressions Of Interest Due: Monday, January 13, 2025 By 3:00 Pm Est market Survey (estimated): February 2025 occupancy (estimated): April 16, 2026 send Expressions Of Interest To: name/title: Lowanda Hébert, Lease Contracting Officer email Address: Lowanda.hebert@gsa.gov government Contact Information lease Contracting Officer, Lowanda Hébert email Address Lowanda.hebert@gsa.gov
Closing Date13 Jan 2025
Tender AmountRefer Documents 

KIC Innoenergy SE Tender

Services
Energy, Oil and Gas...+1Environmental Service
Netherlands
Details: Title: Environmental Impact Assessment Study Finland For Company Builder Volaghy description: The Scope Is Related To Managing The Complete Eia (environmental Impact Assessment) Process On Behalf Of The Company Builder Volaghy. Volaghy Will Establish Several Production Facilities For The Production Of Synthetic Aviation Fuel (esaf). The Project Location Is Situated Somewhere In Finland. On High-level, The First Volaghy Site Will Have The Following Characteristics: •intake O 200 – 250 Kton/y Captured Co2 From Flue Gases O 220 – 250 Mw Of Electrical Energy O 300 – 400 Kton/y Of Water •intermediates O130 – 150 Kton/y Methanol (alternative 1) • Products O 40 – 60 Kton/y Kerosene (esaf) O 1 – 4 Kton/y Naphtha (enaphtha) O 1 – 2 Kton/y Diesel • Other Emissions O Flue Gas From Flare And Fired Heaters O Treated Wastewater •storage Facilities (capacity: Tbd) For: O Co2 O Raw Meoh O Meoh, Grade Aa O Esaf O Naphtha O Diesel •land O 10 – 20 Ha With T/kem Zoning Approved In Finland Deliverables (for One Site) 1. Eia Planning And Permitting Schedule (first Step) O A Detailed Time Plan For The Eia Process From Start To Approval, Including An Assessment Of Key Risks And Necessary Process Steps. O A Time Plan Incorporating All The Other Necessary Permits And Their Timing From Application To Approval 2.eia Programme And Report (second Step) O Alternatives ▪ 1. The Plant Is Not Built ▪ 2. Production Capacity Of 50 Kton/y ▪3. Production Capacity Of 100 Kton/y O The Work Shall Include The Compiling Of The Eia Programme And The Eia Report For The Project And Its Alternatives As Regulated In The Finnish Act On The Environmental Impact Assessment Procedure 252/2017 And The Decree Of The Government On The Environmental Impact Assessment Procedure 277/2017. O Other ▪ The Eia Shall Include The Necessary Piping Needed To Integrate Process Streams Between The Co2 Source And Our Site. This Distance Is Foreseen To Be 0 – 3 Km. ▪the Eia Shall Include The Integration Work From Our Plant To The Existing District Heating Network. The Point Of Interface Shall Be 0 – 3 Km From Our Site. Options The Following Options Shall Be Provided Within The Tender: 1.the Complete Process And Deliverables (1. And 2. In Deliverables Above) For A Second Site With The Same Characteristics 2.a Site-specific Natura Assessment (one Site) 3.air Quality Modelling (one Site) 4.noise Modelling (one Site) 5.questionnaire To Key Stakeholders (drafting, Analyzing And Summarizing The Survey) (one Site) 6.interviews With Key Stakeholders (one Site)
Closing Date15 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Details: The Department Of Veterans Affairs, Network Contracting Office 8 (nco 8), James A. Haley Veterans Hospital (jahvh) Located In Tampa, Fl. Is Issuing This Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Provide Non-emergency, Advance Life Support (als) And Basic Life Support (bls) Ambulance Services To Multiple Va Sites Throughout Hillsborough And Surrounding Counties. The Government May Use The Responses To This Market Research For Information And Planning Purposes. The Responses To This Announcement Will Assist In Market Research Survey To Determine The Availability Of Sdvosbs And Vosbs In Consideration Of A Socio-economic Set-aside. The Attached Description Document Describes Only The Currently Contemplated Possible Scope Of The Services And May Vary From The Work Scope In A Final Performance Work Statement Document If The Government Decides To Issue A Request For Quote. the Contractor Shall Provide All Transport Vehicles, Personnel, Management, Supplies, Transportation, Fuel, Equipment, Reports, And Anything Else Necessary To Successfully Furnish Non-emergency Ground Ambulance Medical Transportation Service. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: organization Name, Address, Telephone Number, Point Of Contact & Email. sam Unique Entity Identifier #. federal Supply Schedule #, If Applicable. business Size For Naics: 621910 (sdvosb, Vosb, Wosb, Sb, Other, Etc..). web Site Address (if Applicable). narrative That Describes Capabilities, Evidence Of Experience, And/or Certifications For Consideration. Include, the Total Number Of Bls And Als Vehicles In Your Current Fleet; the Total Number Of Qualified Emt And Emt-p On Staff list The Counties Your Firm Possesses A Valid Certificate Of Public Convenience & Necessity (copcn) the Results 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 621910 With A Small Business Size Standard Of $22,500,000.00. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Products Or Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses, Sole Sourced, Or Procured Through Full And Open Competition. 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 12:00 Pm (est) On January 28, 2025. Responses Under This Sources Sought Notice Must Be Emailed Using Subject Line Ambulance Transportation - Tampa To Jvonne.wilson@va.gov.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: The Defense Logistics Agency Aviation (dla A) Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 5365-00-663-4004; Spacer, Ring. The Approved Manufacturing Sources Are Jay-em Aerospace Corporation (cage 23233) Under Part Number 210a700. 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 332510. 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. if Your Company Desires To Be Reviewed And Qualified As An “approved Source” For This Item, Submit An Application Package Through The Source Approval Request (sar) Program As Outlined In The Attachment. Contact The Dla Aviation Small Business Office By Sending A Sar Drop Off Request To Email: Dlaavnsmallbus@dla.mil In The Subject Of The Email Indicate “request Sar Drop-off,” A Point Of Contact Email Address, Nsn, And A Cage Code In The Body Of The Email. 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 February 5, 2025, 3:00 Pm (eastern Standard Time). All Responses Under This Sources Sought Notice Must Be Emailed To Thuy Ho (thuy.ho@dla.mil).
Closing Date5 Feb 2025
Tender AmountRefer Documents 
3731-3740 of 4730 archived Tenders