Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY LEON CAMPUS Tender
Laboratory Equipment and Services
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
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
Philippine Rural Development Project - PRDP Tender
Food Products
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 287 K (USD 4.8 K)
Details: Description Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex "a". Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex "a", Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex "a" To The Office Of The Prdp Npco Procurement Unit/sbac Secretariat, At The 4th Floor, New Da Building, Da Compound, Elliptical Road, Diliman, Quezon City Or Email At Prdpsbacsec@gmail.com On Or Before January 31, 2025 At 10am. For Clarifications, You May Contact Da-prdp Procurement Unit At Telephone Nos. (02) 8928-8751 Local 2878. Food Provision For The Conduct Of Sbac,twg, End User And Procurement Unit Meeting For Cy 2025 Place Of Delivery/venue: Da New Bldg., 4th Flr., Prdp Office Elliptical Rd., Diliman, Quezon City Food Requirement: - Packed/plated Am/pm Snacks: Noodles, Pasta, Sandwich, Pasties With Beverage And Utensils '-packed Lunch (3 Viands: 1 Vegetables, 2 Pork/chicken/beef/fish With Beverage And Utensils Dates Of Activity/schedule Of Delivery: 20 Pax Three Days (3) Within The Month Of February 2025 20 Pax Four Days (4) Within The Month Of March 2025 20 Pax Four Days (4) Within The Month Of April 2025 20 Pax Four Days (4) Within The Month Of May 2025 20 Pax Four Days (4) Within The Month Of June 2025 20 Pax Four Days (4) Within The Month Of July 2025 20 Pax "four Days (4) Within The Month Of August 2025 " 20 Pax Four Days (4) Within The Month Of September 2025 20 Pax Four Days (4) Within The Month Of October 2025 20 Pax Four Days (4) Within The Month Of November 2025 20 Pax Two Days (2) Within The Month Of December 2025 Note: - Provision For Lunch And/or Snack May Be Cancelled Depending On The Time Scheduled Of The Meeting - No. Of Meals Or Snack To Be Served May Decrease Based On The Confirmed Pax - Exact Delivery Date Will Be Advised To The Winning Supplier One To Two Days Before The Actual Date Of Meeting -payment Shall Be Made Based On Actual Delivery -quoted Price Is Inclusive Of Delivery Fees And All Government Applicable Taxes -contract May Terminate If The Winning Service Provider Rated As Dissatified For Three Consecutive Feedback Survey
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:california city:sonora delineated Area:north: Morning Star Dr South: Mono Way East: Greenly Rd. West: Barretta St. To Cemetery Ln. To Morning Star Dr. minimum Sq. Ft. (aboa):6,615 maximum Sq. Ft. (aboa):6,615 space Type:office parking Spaces (total):2 parking Spaces (surface):2 parking Spaces (structured):0 parking Spaces (reserved):2 full Term:10 Years firm Term:5 Years option Term:n/a additional Requirements: space Shall Be Located Not More Than The Equivalent Of Two City Blocks From A Primary Or Secondary Street. the Space Must Have An Efficient Use Of Space; Configuration (space Should Be No More Than Twice As Long As It Is Wide), Size, Number, And Placement Of Columns (columns Must Be At Least 20’ From Any Interior Wall And From Each Other, And Be No More Than 2’ Square). first Floor Or Upper Floor Contiguous Space (on One Floor) With A Minimum Of Two One Accessible Elevator. One Accessible Elevator May Serve As The Freight Elevator. where On-site Parking Is Not Available, Parking For The Disabled Must Be Located Within The Same Block. 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. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Sonora, Ca, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due:february 3, 2025 market Survey (estimated):february 18, 2025 If Required occupancy (estimated):february 8, 2026 send Expressions Of Interest To: name/title:william Fletcher,lease Contracting Officer email Address:william.fletcher@gsa.gov government Contact Information lease Contracting Officer: William Fletcher leasing Specialist: N/a broker: N/a
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:ky city:louisville delineated Area: north:ohio River east: I 265 south: Taylorsville Rd west: 9th St minimum Sq. Ft. (aboa):15,623 maximum Sq. Ft. (aboa):15,623 space Type:office parking Spaces (total):42 parking Spaces (surface): 42 (8 Secured Spaces) parking Spaces (structured): 0 parking Spaces (reserved):0 full Term:15 Years firm Term:10 Years option Term:n/a additional Requirements: the Building Should Be Located In An Area Of The City With A Low Threat Level. egress To/from The Building Should Not Be Restricted During Times Of Local Or National Emergency Due To Isolation Caused By Natural Or Manmade Obstacles Such As Bridges, Tunnels, Etc. if Ground Floor Space Is Offered, The Space Must Meet The Government Security Requirements. space Shall Not Be Located In Close Proximity To Foreign Government Offices. space Must Be Located In Contiguous Space On One Or More Floors. offered Space Shall Not Be Located In Window Space That Is Adjacent To Outside Fire Escapes, Ledges, Balconies, Public Parking, Mezzanines, Or Directly Above The Loading Dock Area. access To Both The Freight Elevator And Loading Dock Must Be Made Available To Government Personnel. building Setback Distance From Public Street, Unrestricted Parking Areas And Railroad Tracks Will Be Evaluated By The Government. 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 Floodplain (formerly Referred To As 100-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. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Louisville, Ky, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. market Survey (estimated): Tbd occupancy (estimated):tbd send Expressions Of Interest To: name/title: raquel Howard | Gsa Broker Contractor email Address:raquel.howard@gsa.gov government Contact Information lease Contracting Officer:shontise Mangham
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
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
KIC Innoenergy SE Tender
Energy, Oil and Gas...+1Environmental Service
Netherlands
Closing Date15 Jan 2025
Tender AmountRefer Documents
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)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
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).
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Texas
city: Beaumont
delineated Area: North: Delaware St To Concord Road To Mlk Jr To Highway 10.
east: Pearl Street To College Street
south: Highway 90 To South 4th St To Corley Ave
west: Highway 10 To Highway 90 minimum Sq. Ft. (aboa): 4,400 Aboa Sf
maximum Sq. Ft. (aboa): 4,840 Aboa Sf
space Type: Office & Office Support Space
parking Spaces (total): 2
parking Spaces (surface): 0
parking Spaces (structured): 2
parking Spaces (reserved): 2
full Term: 120 Months
firm Term: 60 Months
option Term: N/a
additional Requirements: • Public Contact Functions Should Be Located On The First Floor, Wherever Possible, And Must Be Physically Separated From Other Irs Employee Office Space.
• Tenant Agency Requires Assigned Parking For Govs. Where Physically Practical, At Least One Parking Space Assigned Reserved For The Tenant Agency Shall Be Located Adjacent To Or Near A Building’s Freight Elevator, Loading Dock Or Service Entrance. 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 Floodplain (formerly Referred To As “100-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. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Beaumont, Texas That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: 1/13/2025
market Survey (estimated): 02/28/2025
occupancy (estimated): 08/01/2026 send Expressions Of Interest To: name/title: Tyrel Likes, Lease Contracting Officer
email Address: Tyrel.likes@gsa.gov government Contact Information
lease Contracting Officer Tyrel Likes; Tyrel.likes@gsa.gov
project Manager Matthew Van Allen; Matthew.vanallen@gsa.gov
3731-3740 of 4725 archived Tenders