Survey Tenders
Survey Tenders
Sveriges Geologiska Unders Kning Tender
Others...+2Other Consultancy Services, Consultancy Services
Sweden
Closing Date22 Jan 2025
Tender AmountNA
Details: Sweden's Geological Survey, Sgu, Procures Framework Agreement For Construction Management And Inspection. The framework agreements will be divided into two categories, 1...
INDIAN HEALTH SERVICE USA Tender
Automobiles and Auto Parts
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Mobile Medical Van tracking Number: Ihs the Indian Health Service (ihs), Crownpoint Healthcare Facility, Located In/at Crownpoint Healthcare Facility, Nm State Hwy 371 & Navajo Rt 9, 87313 Is Seeking Capable Sources For A “mobile Medical Van” To Provide Healthcare Services To Geographically Isolated And Underserved Patients Who Cannot Equitably Access Healthcare. the Anticipated Delivery Date Is 8 To 10 Weeks, No Longer Than 12 Weeks From After Receipt Of Order. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is336110 – Automobile And Light Duty Motor Vehicle Manufacturing With A Small Business Size Standard Of 1,500 Employees. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 10:00 Am Mst, January 6, 2025. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 336110 – Automobile And Light Duty Motor Vehicle Manufacturing. if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: marshall L. Arviso, Contract Specialist marshall.arviso@ihs.gov place Of Performance: crownpoint Healthcare Facility nm State Hwy 371 & Navajo Rt 9 crownpoint, Nm 87313 this Is Not A Solicitation.
MUNICIPALITY OF BACUAG, SURIGAO DEL NORTE Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 8.3 Million (USD 143.5 K)
Details: Description Name Of Project: Construction/concreting Of Purok 4 Phase Barangay Payapag, Bacuag, Surigao Del Norte Location: Payapag, Bacuag, Sdn. Appropriation: Php 8,384,000.00 Limit: Sta. 0 + 000.00- Sta. 0 + 227.00 Net Length:0.22700 Km Overall Width: 7:00 M. Pavement Width: 5:00 M. Source Of Funds: Classification: Access Road Mandays Generated: Starting Date : Asap No. Of Cd To Complete: 120.00 C.d. Item No. Description Of Work To Be Done Unit Quantity B. 4(1) Construction Survey & Staking Km. 0.227 B. 5 Project Billboard Unit 2.00 B. 7 Occupational Safety And Health Programs I.s. 1.00 B. 8 Traffic Management Mos. 4.00 B.9 Mobilization/demobilization I.s. 1.00 101(2)e Removal Of Rcpc & Storm Drains, 1220 Mm In.m. 7.00 101(2)f Removal Of Rcpc & Storm Drains, 1520 Mm In.m. 16.00 101 (4) Removal Of Existing Concrete Pavement Sq.m. 27.69 103 (1) Structure Excavation Cu.m. 107.73 103 (3) Foundation Fill Cu.m. 0.84 104 (1)a Embankment From Roadway Excavation Cu.m. 384.90 104 (2)a Embankment From Borrow Cu.m. 547.15 105 (1)a Subgrade Preparation (common Excavation)sq.m. 1,589.00 200(1) Aggregate Subbase Course Cu.m. 485.78 311 (1)a Portland Cement Concrete Pavement 200 Mm Sq.m. 1,135.00 (plain) 404 Reinforcing Steel Bars Kgs. 10,962.00 405 (1) Structural Concrete Class A Cu.m. 116.17 407 (1) Lean Concrete Cu.m. 11.26 508 Hand Laid Road Embankment Cu.m. 126.30 Invitation To Bid The Municipality Of Bacuag, Through The Municipal Bids And Awards Committee, Now Invites Sealed Bids From Construction/concreting Of Purok 4 Phase Ii,payapag,bacuag,sdn 1.bidding Will Be Conducted Through Public Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of Infra For Procurement. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 2.a Set Of Bidding Documents Will Be Obtained From The Office Of The Bac Secretariat Upon Payment Of A Non-refundable Fee Of Eight Thousand Five Hundred Pesos (php 8,500.00). Interested Bidders May Drop Their Proposals With The Price Quotation On The Above-mentioned Project Accompanied By Bid Security (specified In Ra 9184) Of January 14, 2025 2:00 O’clock In The Afternoon At The Mayor’s Conference Room , Municipal Hall, Bacuag, Surigao Del Norte In The Presence Of Participating Bidders Or Representatives Who Choose To Attend. 3.a Pre-bid Conference Will Be Conducted On January 8,2025 2:00 O’clock In The Afternoon At The Mayors Conference Room , Municipal Hall, Bacuag, Surigao Del Norte To Inform The Necessary Requirements For Bidding And Other Information Needed By The Prospect Bidders. 4.the Bac Of Bacuag Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Panfilo P. Ochavez, Ce,jge,rea Bac Chair /masso
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: Introduction: This Announcement For Proposals (afp) Solicits Proposals For A National Historic Preservation Act (nhpa) Lease Of Building 49, Vibration And Acoustic Test Facility. (attachment A, Model Lease) the Vibration And Acoustic Test Facility (building 49) Is Located At The Intersection Of Second Street And Avenue B, Northwest (of Plant North) Of Building 36. (attachment B, Facilities And Land Map) The Nine-story Building Complex Has A Gross Square Footage Of Approximately 62,737 Square Feet And Consists Of A North Wing Measuring Approximately 62 Feet In Length, 268 Feet Wide And 106 Feet Tall; And A Central Wing Measuring Approximately 64 Feet In Length And 115 Feet Wide. Building 49 Houses Five Laboratories, Including The General Vibration Laboratory (gvl), Modal Operations Laboratory, Sonic Fatigue Laboratory (sfl), Spacecraft Acoustic Laboratory (sal), And Spacecraft Vibration Laboratory (svl). The South Administrative Portion Of The Building Is Not Included In The Property Offered For Lease. nasa Estimates That Building 49 Will Be Available No Earlier Than May 2024 For One Five-year Base Period And A Five-year Extension Upon Mutual Agreement Between Tenant And Nasa. Notwithstanding Anything To The Contrary Which May Be Set Forth Herein, The Property Is Offered In “as Is”, “where Is” Condition With No Warranties Express Or Implied. request For Site Visit Must Be Received By May 15, 2024 questions Must Be Received By May 20, 2024 afp Closes September 6, 2024 updated June 25, 2024 To Extend Close Date 60 Days. Original Close Date Was July 8, 2024. New Date Is September 6, 2024. Also Uploaded New Afp Document To Reflect New Date. updated May 2, 2024 To Add Exhibits E-h updated July 17, 2024 To Add The Following Documents: Q&a To Afp, 50 Year Survey For Building 49, Equipment List For Building 49 And J049xx 5 Year History Along With Other Builidng 49 Drawings (including An Index Of Drawings), updated July 24, 2024 To Add Additional Q&a To Afp. updated On September 3, 2024 To Udpate The Following Dates: close Date Changed Tomarch 6, 2025 To Extend Close Date 6 Months. Original Close Date Was July 8, 2024 And Was Later Updated To September 6, 2024. Also Uploaded New Afp Document To Reflect New Date. request For Walk-throughs Must Be Received By December 13, 2024. q&a Period Ends January 17, 2025. updated On October 23, 2024 To Update The Following Dates: close Date Changed Todecember 16, 2024. Original Close Date Was July 8, 2024, Later Updated To September 6, 2024 And Then Again To March 2025. Also Uploaded New Afp Document To Reflect New Date. request For Walk-throughs Must Be Received By November 4, 2024. q&a Period Has Ended. updated On October 29, 2024 To Extend The Request For Walk-through Date To November 18, 2024 updated On November 20, 2024 To Extend The Request For Walk-through Date To December 16, 2024 And The Close Date To January 16, 2025. updated On November 22, 2024 To Post Q&a Responses updated On January 6, 2024 To Post Additional Q&a Responses And To Allow Letters Of Intent (loi) To Be Submitted As Noted Below: “to Provide For More Comprehensive And Well-informed Proposals, Nasa Reserves The Right To Continue Negotiations With Entities Providing A Written Letter Of Intent (loi) By Afp Close Date, January 16th, 2025. Entities Submitting A Loi By The Stated Deadline Will Be Allowed To Continue Conducting Due Diligence Regarding The Facility. Submit All Loi To Hq-realestate@mail.nasa.gov”
BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender
Housekeeping Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 480 K (USD 8.1 K)
Details: Description "republic Of The Philippines Bicol Center For Health Development Bicol Regional Hospital And Medical Centeral Daraga, Albay" Request For Quotation Form Code: Fm-adm-bac-05 Effectivity: September 28, 2022 Revision: 1 Company Name: ___________________________________________ Date: January 17, 2025 Address: ___________________________________________ Quotation No. : N-25-01-015 Tin Number: ___________________________________________ Jr# 24-01-015 Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Representative In Sealed Envelope Not Later Than January 21 , 2025, 9:00 Am Mary Nathalie M. Cadag, Cpa, Mba Bac, Chairperson Telefax No.:(052) 483-0016/483-0015 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item# Abc Item And Description Quantity Unit Unit Price 1 480,000.00 Request For Rendering Of Pest Control Program Within The Brhmc Compound, Including Wards, Officres, Grounds, Dorms And Etc. By Licensed 3rd Party That Cover The Following Scope Of Works: 1 Lot 1. General Survey And Thorough Inspection Of The Entire Premises To Determine The Extent Of Infestation In Order To Have A Proper Treatment And Application Of Chemicals. Determine The Extent Of Infestation In Order To Have A Proper Treatment And Application Of Chemicals. 2. Pest Control Contractor Shall Supply Materials, Chemicals, Tools, Equipments, Supervision And Other Related Work Necessary In The Effective Conduct Of Pest Control And Preventive Maintenace Operation. Equipments, Supervision And Other Related Work Necessary In The Effective Conduct Of Pest Control And Preventive Maintenance Operation 3. Pest Control Programs A. Cockroaches, Ants And Other Crawling Insects Control B. Mosquitoes, Flies And Other Flying Insects Control C. Rat Mices And Other Rodent Control D. Other Household Pest Infestation (cats Etc.) 4. Comprehensive Pest Control Treatment Shall Be Done Once In Every Two (2) Months Duration Of Treatment: More Or Less Five (5) Days, Monday Thru Friday (refer To Attached Comprehensive Pest Control Program) Requirements To Be Attached Upon Submission Of Request For Quotation: 1. Submit Mandatory Requirement: A. Updated Mayors Permit B. Updated Philgeps Certificate Of Registration And Membership C. Omnibus Sworn Statement (oss) D. Tax Clearance E. Income Tax Return (efm) Signature Over Printed Name Canvasser Contact No/s. Terms And Condition 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered Within ___ Calendar Days From Receipt Of Purchase Order. 9. Bidders Must Be Registered In The Phil-geps. 10. The Brtth Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Brhmc Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Hufriedy Infinity Cassette Ultrasonic Handpiece tracking Number: Ihs1507215 the Indian Health Service (ihs), Kayenta Health Center, Located In/at Highway 160, Mile Post 394.3, Kayenta, Az 86033 Is Seeking Capable Sources For Hufriedy Infinity Cassette Ultrasonic Handpiece. the Anticipated Delivery Is Aro 30 Days. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is334516 – Analytical Laboratory Instrument Manufacturing With A Small Business Size Standard Of 1,000. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 30, 2025, 5:00 Pm Mst. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 334516 – Analytical Laboratory Instrument Manufacturing if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: flora Washington flora.washington@ihs.gov (928) 380-8345 place Of Performance: kayenta Health Center highway 160, Mile Post 394.3 kayenta, Az 86033 this Is Not A Solicitation.
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Synopsis for f-16 Hydraulic Drive (hydrive) Unit Repair for United States Air Force (usaf) department Of The Air Force, Air Force Materiel Command, 409 Scms/gume sources Sought Synopsis Number: Fa8251-25-f-16hydraulicdrive notice Type: Sources Sought synopsis: 1. Notice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. This Sources Sought Is Seeking Contractors Who Can Perform Repair Of The F-16 Hydraulic Drive (hydrive) Unit). 1.1. The Purpose Of This Sources Sought Synopsis Is To Conduct Market Research To Determine If Responsible Sources With The Capability To Repair The Part Listed Below And To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. the Proposed North American Industry Classification Systems (naics) Code Is 811210 Which Has A Corresponding Small Business Association Size Standard Of $34.0m For Electronic And Precision Equipment Repair And Maintenance Services. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Engineering Service. The Government Is Interested In All Small Businesses To Include 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns. the Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners. 1.2 Responses To This Sources Sought Announcement Are Voluntary, And Therefore, The U.s. Government Is Not Liable To Pay Or Reimburse Any Contractors Which Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Are Solely The Responsibility Of The Responder. The Government Does Not Intend To Contract On The Basis Of This Request Or Otherwise Pay For Any Information Solicited Herein And The Government Reserves The Right To Reject, In Whole Or In Part, Any Contractor’s Input Resulting From This Sources Sought. 1.3 In Accordance With Federal Acquisition Regulation (far 15.201 (e), A Response To This Notice Is Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract, Responders Are Solely Responsible For All Expenses Associated With Their Response. Not Responding To This Inquiry Does Not Preclude Participation In Any Future Request For Proposal (rfp), If Issued. If A Solicitation Is Released, It Will Be Publicized In Accordance With The Requirements Of The Far. 2. Program Details: national Stock Number part Number name 1005-01-061-8335 217f429 f-16 Hydraulic Drive (hydrive) Unit Repair instruction: 1. Provide Relevant Experience To Include Performing Engineering, Manufacturing, Inspection, And Testing Of Similar Components To Those Listed Above In The Last 3 Years. 2. Company Profile Will Include The Following: number Of Employees office Location cage Code duns Number small Business Designation/status Claimed 3. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. The Government Has No Technical Data To Provide To Potential Offerors. Offerors Must Possess Access To All Appropriate Data Required To Redesign These Items. Us Government Does Not Own Or Have The Rights To Use The Data Required To Redesign These Items. Interested Offerors Shall Respond To This Source Sought Synopsis No Later Than Friday January 10 2024 At 4:00pm Mst. 4. Interested Offerors Must Be Qualified To Repair These Items Within 3 Years Of The Closing Date Of This Sources Sought Synopsis In Order To Be Considered For This Requirement. 5. Questions Regarding This Market Survey Should Be Addressed To Mr. Darin Rector By Email At Darin.rector@us.af.mil.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date21 Jan 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: michigan city: grand Rapids delineated Area: north: Trowbridge Street Ne south: Fulton Street East. east: Lafayette Ave. west: Grand River minimum Sq. Ft. (aboa):52,725.00 maximum Sq. Ft. (aboa):55,429.00 space Type:office parking Spaces (total):35 parking Spaces (surface):8 parking Spaces (structured):27 full Term:15 Years firm Term:10 Years Firm additional Requirements: expressions Of Interest Must Be Received In Writing No Later Than: January 21, 2025, At 4:00 Pm Cst, and Must Include The Following Information At A Minimum: building Name And Address location Of Space In The Building And Date Of Availability ansi/boma Office Area (aboa) Square Feet Offered And Rentable Square Feet (rsf) Offered name, Address, Telephone Number, And Email Address Of Authorized Contact all Interested Parties Must Either Submit Evidence Of Ownership And/or Written Authorization To Represent The Owner(s). Any Submission Received Without Documentation Of Ownership And Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received Which Also Must Be Submitted Prior To The Expression Of Interest Due Date. fully Serviced Rental Rate (includes All Utilities, All Janitorial For Tenant's Space And Common Areas, Maintenance). The Quoted Rate Should Include Any Rent Steps, Free Rent, And Or Tenant Improvement Credit. reference Project Number 2mi0297 In Response To This Ad. action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As “100-year” Floodplain) Unless Requirement Is Identified By Agency As A Critical Action. 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. ************************************************************************************************ action Required: use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary. action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page. do Not Use For Full And Open Procurements. note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable. consideration Of “non-productive Agency Downtime” In A Cba Should Be Rare. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Grand Rapids, Michigan, 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: january 21, 2025 market Survey (estimated): april 15, 2025 lease Award (estimated): october 1, 2025 send Expressions Of Interest To: name/title: dave Rauen leasing Contracting Officer (312) 720-5149 email Address: david.rauen@gsa.gov
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Is A Presolicitation Notice Only; This Is Not A Solicitation.
this Pre-solicitation Notice Is For An Indefinite Delivery Indefinite Quantity (id/iq) Multiple Award Task Order Contract (matoc), For Real Property Maintenance, Alterations, And Repair Of Minor Construction At The Installation Level For Natick Soldier Systems Center, 10 General Greene Ave, Natick, Ma 01760. The Army Contracting Command-aberdeen Proving Ground, Natick Division, Intends To Award No More Than Ten (10) Id/iq Contracts On Solicitation W911qy25r0003. this Procurement Is Being Synopsized As A 100% Small Business Set Aside. To Be Eligible For Award, The Prospective Offeror Must Have A Current And Active Registration In The System For Award Management (sam) Website, Https://www.sam.gov And Not Show Any Active Exclusions Or Have Any Debt Subject To Offset. Potential Small Business Concerns Should Be Able To Provide Various Types Of General Construction-related Work, Including New Construction, Alterations, Renovations And Repairs, And Design-build Architectural, Engineering And Construction. Orders Will Primarily Include Construction, Repair And Maintenance Projects But May Also Include Projects Involving A Variety Of Trades Or Design-build Construction Services. Typical Work Includes, But Is Not Limited To: Interior And Exterior Renovations, Heating And Air-conditioning, Hvac Controls, Plumbing, Fire Suppression, Interior And Exterior Electrical And Lighting, Fire And Intrusion Alarms, Communications, Limited Utilities, Site-work, Landscaping, Fencing, Masonry, Roofing, Concrete, Asphalt Paving, Storm Drainage, Limited Environmental Remediation, Construction Of New Facilities, Surveys, Studies, Design-build And Other Related Work. estimated Magnitude Is Between $25,000,000 And $100,000,000. Naics Is 236220, Commercial And Institutional Building Construction. this Pre-solicitation Notice Is Not A Request For Competitive Proposals.solicitation W911qy25r0003 Is Anticipated To Be Issued In February 2025. The Contract Period Of Performance Will Consist Of An Active Ordering Period For Five (5) Years From The Date Of Award. Point Of Contact Is Alex Ponusky, Contract Specialist, E-mail Alexander.m.ponusky.civ@mail.mil.
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Notice: 1/3/2025: This Notice Is To Re-issue The Presolicitation Notice For This Project. A Solicitation Will Be Issued In Early February. notice: 8/1/2024: This Notice Is To Revise The Aboa And Rsf For This Project: the Aboa Minimum Has Been Revised To 4,220 And The Aboa Maximum Has Been Revised To 4,431 the Revised Maximum Rentable Square Feet (rsf) Is Now 5,064 advertisement usda Fpac-bc u.s. Government department Of Agriculture (usda) Seeks To Lease The Following Space: location Requirements state: Oh city: Delaware delineated Area: north: Rt. 37 And Rt. 110/delaware County Line Rd., Follow Rt. 37, Turns Into Rt. 37/w. Central Ave, Turns Into Rt. 37/e. Central Ave., Lake St / Hwy 42, Turns Into Hwy-42, Ending At Rt. 87/harris Rd. east: Rt. 87/harris Rd. And Hwy-42., Follow Rt. 87/ Harris Road, To Rte. 521/kilbourne Rd., To. 85/skinner Rd., To Rte. 86/baker Rd., To Rt.88/plunkett Rd., Hwy-36/state Rt.37e, To Rt. 95/ Roloson Rd., To Rt. 89/ 273/ Curved Rd., To Rt. 271/dale Ford Rd. Ending At Rt. 91/berlin Station Rd. south: Rt. 271/berlin Station Rd. And Rt. 91., Follow Rt. 91/berlin Station Rd., Turns Into Rt. 92/braumiller Rd., To Rt. 101/pollock Rd., To Hwy-23/columbus Pike To Rt 315/olentagny River Rd. To Rt 141/bunty Station Rd., To S Section Line Rd., To Hwy-42, To Rt. 93/ Smart-cole Rd., To Rt.101/hinton Mill Rd., Ending At Rt. 101/ Hinton Mill Rd. And Rt. 107 west: Rt. 101/ Hinton Mill Rd. And Rt. 107/ Springdale Rd., Follow Rt. 107/sprindale Rd To Hwy-36 To Delaware County Line Rd/ Rt. 110., Ending At Rt. 37. square Foot Requirements minimum Sq. Ft. (aboa): 4,752 Aboa Sf Minimum maximum Sq. Ft. (aboa): 4,989 Aboa Sf Maximum maximum Sq. Ft. (rsf): 5,702 Maximum Rentable Square Feet space Type Equirements office Space parking Requirements reserved Parking For Government Vehicles: 6 reserved Parking For Visitors: 25 unreserved Parking For Employees: 20 large Vehicle Parking: One Of The Reserved Visitor Parking Spaces Will Be Large Enough To Accommodate Large Vehicles And Semi- Trucks With Trailers. electric Vehicle Charging: The Electric Vehicle Charging Spaces Shall Be Part Of The Government Reserve Spaces. Lessor Shall Provide Infrastructure For One (1) Government Supplied, Installed, And Maintained 2-port, Level Ii Evs Charging Stations (ie – Power That Can Be Individually Metered, Site Pad, Bollards, And Signage) the Parking Shall Be Either On Site Or Publicly Located Within ¼ Walkable Mile (1,320 Feet) Of The Public Entrance Of The Premises. the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building/ Tenant Usage. term Requirements full Term: Up To 20 Years (240 Months) firm Term: 5 Years (60 Months) termination Rights: 120 Days offered Space: the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use. space Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/ Discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities. subleases Are Not Acceptable. first Floor Contiguous Space Required. the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays). offered Space Must Meet The Government’s Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. a Fully Serviced Lease Is Required. All Services, Janitorial Services, Utilities Shall Be Provided As Part Of The Rental Consideration. offered Space Shall Not Be In The 1 Percent-annual Chance (100-year) Flood Plain. telecommunications Prohibitions Requirements 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 due Dates expressions Of Interest Due: May 31, 2024 No Later Than 4:30 Pm (edt) market Survey (estimated): Approximately 45 Days After Expressions Of Interest. occupancy (estimated): Tbd sam.gov entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible. sam.gov Registration Is Required For Award. sam Registration Is Not Required For Submittal Of Expressions Of Interest. how To Respond/ Expressions Of Interest Shall Include The Following: provide The Name, Company Name, Company Address, Email And Telephone Number Of The Building Owner. if Offeror Is Not The Owner, Provide The Name, Company Name, Company Address, Email And Telephone Number Of The Offeror. if Offeror Is Not The Owner Of The Property, An Authorization Letter Signed By Owner Providing Permission To Represent Owner Will Be Required. * if Existing Building, Building Name And Address, And Location Of The Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/pictures (with Dimensions Shown) Reflecting The Space That Is Being Offered. if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans. rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered. date Of Space Availability. amount Of/type Of Parking Available On-site. photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site. for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal. confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas). confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable. confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements. for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements. * As Mentioned In #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date. send Expressions Of Interest To: heather Schmitt, Lease Contracting Officer zisa Lubarov-walton, Realty Specialist email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov government Contact Information: heather Schmitt, Lease Contracting Officer zisa Lubarov-walton, Realty Specialist email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
3891-3900 of 4728 archived Tenders