Survey Tenders

Survey Tenders

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice ****************************************************************************** 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: Blanket Purchase Agreements (bpa) For Medical And Rehabilitation Supplies. tracking Number: Ihs1503360 the Indian Health Service (ihs), Four Corners Regional Health Care Located In/at Teec Nos Pos, Arizona 86514, Is Seeking Capable Sources For A Vendor To Provide An Assortment Of Miscellaneous Medical And Rehabilitation Supplies On An As-needed Basis. the Anticipated Period Of Performance Is February 1, 2025 Through January 31, 2026. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing With A Small Business Size Standard Of 800 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 (deviation 2019-01) 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 21, 2025 At 10:00am 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: 339113 Surgical Appliance And Supplies 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. fill Out 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. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice. point Of Contact: thomasina Willie, Thomasina.willie@ihs.gov place Of Performance: four Corners Regional Health Care, Jct Us Highway 160 & Navajo Route 35, Teec Nos Pos, Az 86514 this Is Not A Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For Sibuguey Valley Irrigation System - Repair Nis Cy 2025 – Package 1 (construction Of Slope Protection, Launching Apron And Drainage Crossing) Bayog, Zamboanga Del Sur 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Twenty Six Million Two Hundred Seventy Eight Thousand Six Hundred Four Pesos And 33/100 Only (php 26,278,604.33) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-svis-repair-niscy2025p1-997 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Diversion Works 3 1. Diversion And Care Of River W/ Dewatering 1.00 L.s 3.2. Structure Excavation (mechanized) 472.80 Cu.m 3.3. Steel Sheet File (0.40m X 3m) A. Supply & Delivery 912.00 In.m B. Installation Of Steel Sheet Pile (3m) 912.00 In.m 3.4. Boulder Riprap (10cm-30cmø) 98.40 Cu.m 3.5. Rubble Masonry 246.00 Cu.m 3.6. Filter Drain 17.60 Cu.m 3.7. Concrete A. Class A 3000 Psi Plain Concrete 96.60 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 3,668.50 Kgs. Iv. River Quay-drainage Crossing 4.1 Diversion And Care Of River With Dewatering 1.00 L.s 4.2 Concrete Demolition (manual) 65.40 Cu.m 4.3 Structure Excavation (mechanized) 1,776.50 Cu.m 4.4 Structure Backfill (mechanized) 563.70 Cu.m 4.5 Grouted Riprap 236.90 Cu.m 4.6 Concrete A. Class A 3000 Psi Plain Concrete 398.20 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 19,628.10 Kgs. Total 26,278,604.33 The Above Procurement Project. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Bagger Mixer 2 Units 1 Bagger Dumptruck (10-wheeler) 2 Units 10-12 Cu.m Dumptruck (6-wheeler) 1 Unit 5-6 Cu.m Excavator Crawler Type 1 Unit 1.0 Cu.m Bucket Excavator Crawler Type With Vibro Hammer 1 Unit 1.0 Cu.m Survey Instrument 1 Set Bar Cutter 2 Units Testing Cylinder (3 Cylinder Per Set) 3 Sets Concrete Vibrator 2 Units Acetylene With Cutting Outfit 1 Set Waterpump 4" 3 Units Electric Jack Hammer 1 Unit Generator Set 1 Set 10 Kva Transit Mixer With Pumpcrete 1 Set 5 Cu.m Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Office Engineer 1 Materials Engineer 1 Safety Officer 1 Survey Team 2 Construction Foreman 2 Heavy Equipment Operators 3 Drivers 8 Skilled Workers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 26.2 Million (USD 452.8 K)

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Others
United States
Details: Modification 4 – January 22, 2025: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 3 Sf30 01.22.25 hhpc2 Rfp 80jsc025r7001 Amendment 3 j-2 Contract Data Requirements List A3 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 3 – January 16, 2025: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 2 Sf30 01.16.25 hhpc2 Rfp Questions And Answers 2 hhpc2 Rfp 80jsc025r7001 Amendment 2 j-2 Contract Data Requirements List A2 l-2 Government Pricing Model (gpm) A2 l-10 Pre-award Survey Of Prospective Contractor Accounting System Checklist A2 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Ensure All Latest Versions Of The Rfp And Attachments Are Being Referenced For Proposal Submissions. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 2 – December 20, 2024: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 1 Sf30 12.20.24 hhpc2 Rfp Questions And Answers A1 hhpc2 Rfp 80jsc025r7001 Amendment 1 j-2 Contract Data Requirements List A1 j-16 Standard Labor Categories (slcs) A1 l-2 Government Pricing Model (gpm) A1 l-6 Past Performance Matrix A1 l-9 Prime_subcontractor Identification And Sow Division Of Work Listing Worksheet A1 added L-10 Pre-award Survey Of Prospective Contractor Accounting System Checklist the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 1 – December 9, 2024: the Purpose To This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: posted Hhpc2_pre-proposal_conf_12-12-24 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). nasa/johnson Space Center Is Issuing A Final Request For Proposal (rfp) For The Human Health And Performance Contract 2 (hhpc2), 80jsc025r7001. You Are Notified Of The Following: the Entire Proposal Is Due By January 30, 2025 At 1:30 P.m. Central Time.proposal Volume Ii, Past Performance Is Requested Early, But Not Officially Due Until The Proposal Submittal Date. all Questions Regarding This Rfp Should Be Submitted In Writing, Electronically To Yaranet Marquez, Contracting Officer, At Yaranet.marquez-1@nasa.gov And Joseph Ocampo At Joseph.t.ocampo@nasa.gov On Or Before 1:30 P.m. Central Time On December 16, 2024. Offerors Are Encouraged To Submit Questions As Soon As Possible For Consideration.questions Shall Be Submitted Using The Template For Submission Of Comments In The “attachments” Section Below. the Rfp And Attachments Have Been Posted In The "attachments" Section Below. This Rfp And Associated Documents Supersede The Draft Rfp In Its Entirety. Any Additional Documents Will Be Available On Www.sam.gov. the Technical Library Is Available On Sam.gov Under Notice Id 80jsc024hhpc2a. if You Have Not Accessed The Technical Library Before, Please Complete The Technical Library Request Form And Refer To The Instructions Under Notice Id 80jsc024hhpc2a Prior To Submitting A Request Via Sam.gov. the Pre-proposal Conference For This Solicitation Is Anticipated To Be Held (virtual Only) Via Microsoft Teams On Thursday, December 12, 2024, Starting At 9:00 A.m. Central Time. Attendance At The Pre-proposal Conference Is Recommended; However, Attendance Is Neither Required Nor A Prerequisite For Proposal Submission. No Recordings Of Any Kind Are Permitted. Participation Is Limited To A Total Of Six (6) Individuals From Each Company/team. please Rsvp For The Pre-proposal Conference By Wednesday, December 11, 2024, 1:30 P.m. Central Time By Sending An Email To The Following Addresses: name:yaranet Marquez email:yaranet.marquez-1@nasa.gov name:joseph Ocampo email:joseph.t.ocampo@nasa.gov the Rsvp Email Must Include The Following: subject Line: Hhpc2 Rfp 80jsc025r7001 Pre-proposal Conference Rsvp full Company Name company Address sam Unique Entity Id And Commercial And Government Entity (cage) Code company Point Of Contact Name, Phone Number, And Email Address company Size/type (e.g., Large Business, Small Business, Women-owned Small Business, Etc.) names, Position Descriptions, And Email Addresses Of Attendees (no More Than Six (6) Individuals May Represent Any Party Or Team Of Parties) indication Of Your Company’s Desire To Be Added To The Interested Parties List, Which Will Be Publicly Available On The Hhpc2 Website. a Confirmation Email Will Be Sent To Acknowledge Your Reservation(s) And Provide Further Instructions. nasa Anticipates Releasing The Pre-proposal Conference Charts Prior To The Pre-proposal Conference. Please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website. nasa Far Supplement (nfs) Clause 1852.215-84, Ombudsman, Is Applicable. The Ombudsman For This Acquisition Is Donna M. Shafer, Donna.m.shafer@nasa.gov, 281-483-4258. it Is Theofferor's Responsibilityto Monitor This Website For Amendments To This Solicitation And Other Information. Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments. prospective Offerors Are Encouraged To Notify The Contracting Officer Of Their Intent To Submit An Offer.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: Amendment #001 Is Hereby Being Issued To Correct Section 16 - Duplication Of 16.6 Key Personnel Instructions (volume Ii) 16.6.1, 16.6.2, 16.6.3 To Now Read: 16.7 Past Performance Survey (volume Iii) 16.7.1, 16.7.2, 16.7.3 Of Page 61-62. also, Extend The Original Date Offers Due In The Solicitation, To Now Read 1/12/2025. All Other Terms And Conditiions Shall Remain Unchanged. amendment #001 Is Here By Being Issued To Correct The Year On The Original Date Offers Due: To Now Read 01/06/2025. All Other Terms And Conditions Shall Remain Unchanged. solicitation the Indian Health Service (ihs), Albuquerque Area Office (aao), Santa Fe Indian Health Center (sfihc) Has A Requirement For Two (2) Nurse Case Managers. this Is A Combined Synopsis For Indian Health Service (his) For Commercial Items Or Services Prepared In Accordance With Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. the Solicitation Number Is 75h70725r00006 And Is Issued As A Request For Proposal (rfp), Unless Otherwise Indicated Herein. The Solicitation Document And Incorporated Provision And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 561320 With A Business Size Standard $34.0. prospective Offerors Are Invited To Submit Proposals In Reference To The Solicitation Cited Above. The Proposal Should Include The Following: 1. Complete Pricing Table (fillable Sf-1449 Or Attached) 2. Past Performance 3. Signed Sf-1449 4. Signed Indian Economic Enterprise Representation Form (iee) 5. Of 306 Childcare & Indian Childcare Worker Positions. set-aside: under The Buy Indian Act, 25 U.s.c. 47, Through The Transfer Of Authority From The Department Of Interior To Hhs, Offers Will Be Solicited From Indian Small Business Economic Enterprises (see Hhsar Subpart 326.6) That Are Also Small Business Concerns. If Ihs Does Not Receive Enough Competition And/or Reasonably Priced Offers From Isbee Set-aside, Ihs Will Then Evaluate Proposals And Consider For Award To Other Small Business Concerns. Any Acquisition Resulting From This Set-aside Will Be As Follows: 1st Tier: Small Business Indian Firms 2nd Tier: Other Small Business only One Award Will Result From This Solicitation. destination Shall Be For The Following Albuquerque Area Indian Health Service, Santa Fe Indian Health Center: santa Fe Indian Health Center, Attn: Nursing Department (prc), 1700 Cerrillos Road, Santa Fe, Nm 87505 this Solicitation Will Result In A Single Award With A Base + Four Option Periods From The Date Of Award Based On Satisfactory Performance Ratings. other Details sam Requirement - This Solicitation Requires Registration With The Sam.gov Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Can Be Found At Https://www.sam.gov. Vendor Must Have An Active Uei Number. invoicing – Invoices Submitted Under An Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payments Requests (feb 2022). payment – All Payments By The Government Under An Award Shall Be Made By Electronic Funds Transfer (eft), Per Far 52.232.33. proposal Submission all Responsible Offerors That Respond To This Solicitation Must Submit Their Proposals By 1/6/2025, By Cob 12:30 P.m., (mst). The Proposal Shall Be Sent Preferably By Email To: Patricia.trujillo@ihs.gov. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive. questions Submission: Interest Offerors Must Submit Any Questions Concerning This Solicitation At The Earliest Time Possible To Enable To Respond. Technical Questions Must Be Submitted By Email To: Travis Snyder, Travis.snyder@ihs.gov, Prior To Closing Of The Solicitation. acquisition Questions Submission: Must Be Submitted By Email To: Patricia Trujillo, Patricia.trujillo@ihs.gov, Prior To Closing Of The Solicitation. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation Will Not Be Considered.
Closing Date12 Jan 2025
Tender AmountRefer Documents 

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Description Quantity Unit Part A - Facilitie For The Engineers A.1.1 (6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) 12.00 Month A.1.1 (11) Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer 1.00 Lump Sum A.1.2 (2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis 12.00 Month Part B - Other General Requirments B.4 (10) Miscellaneous Survey And Staking 1.00 Lump Sum B.5 Project Billboard 2.00 Each B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lump Sum Part C - Earthworks 100(1) Clearing & Grubbing (with Stripping) 13,968.00 Sq.m. 101(2)c Removal Of Rcpc (36"ø) - 910mm 14.00 Ln.m. 101(3)b2 Removal Of Exisiting Concrete Pavement (0.20m Thk) 2,338.80 Sq.m. 102(2) Surplus Common Excavation 51,000.00 Cu.m. 102(3)a Surplus Rock Excavation (soft) 10,000.00 Cu.m. 102(3)b Surplus Rock Excavation (hard) - Blasting 2,227.00 Cu.m. 103(1)a Structure Excavation (common Soil) 429.00 Cu.m. 103(6)a Pipe Culvert And Drain Excavation 90.75 Cu.m. 104(1)a Embankment (from Excavation) 8,032.00 Cu.m. 105(1)a Subgrade Preparation 13,968.00 Sq.m. Part D - Subbase And Base Course 200 Aggregate Subbase Course 4,190.40 Cu.m. Part E - Surface Cources 300(1) Gravel Surface Course 663.48 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. 10,650.60 Sq.m. Part F - Bridge Construction Spl Single Span Flat Slab Bridge 1.00 Lot Spl(2) Over Flow Bridge 1.00 Lot Part G - Drainage And Slope Protection Structures 500(1)b3 Reinforced Concrete Pipe Culverts, 910mm Dia. 50.00 Ln.m. 502(3)a3 Catch Basins 2.00 Ea. 506 Stone Masonry 1,560.00 Cu.m. Equipment Needed (minimum): 1 Unit Backhoe (0.80 Cu.m.) 4 Units Transit Mixer 1 Unit Air Compressor 1 Unit Backhoe W/ Breaker (0.80 Cu.m.) 1 Unit Backhoe, Wheel Mounted (26 Cu.m.) 1 Unit Concrete Saw, 14''ø Blade 1 Unit Bulldozer W/ Ripper, Dx175 1 Unit Water Truck (16000l) 1 Unit Concrete Screeder (5.5 Hp) 1 Unit Bulldozer, Dx175 1 Unit Boom Truck 1 Unit Concrete Vibrator 1 Unit Motorized Road Grader, G710a 1 Unit One Bagger Mixer 1 Unit Plate Compactor (5 Hp) 1 Unit Vibratory Roller (10m.t.), Sd100dc 1 Unit Pneumatic Drilling Machine 1 Unit Bar Bender, Three Phase 1 Unit Payloder (1.5 Cu.m.), Lx80-2c 1 Unit Welding Machine 1 Unit Bar Cutter, Single Phase 1 Unit Cargo Truck (9-10 Mt.) 2 Units 7.5hp Water Pump, 100mmø Suction 3 Units Dump Truck (12 Cu.yd) 1 Unit Rtk W/ Complete Accessories
Closing Date13 Jan 2025
Tender AmountPHP 50 Million (USD 856 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Subject: Sources Sought, Brand Name Or Equal Integre Proscan Green Console, For Department Of Veterans Affairs, Veterans Health Administration (vha) Veterans Integrated Services Networks (visn) 21. the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Procurement Of Integre Proscan Green Console, Va Northern California Healthcare System. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 334510 Electromedical And Electrotherapeutic Apparatus Manufacturing. after Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice. the Department Of Veteran Affairs (va), Vanchcs Has A Requirement For A Device That Uses A Laser Or Other Intense Light Beam To Destroy Tissue Or Seal Off Blood Vessels. The Photocoagulator Is Required For Laser Treatment Of Diseases And Conditions Of The Retina. instructions: potential Sources Shall Provide The Following Information In Their Response: company Name, Address, Phone Number, Primary Contact(s), E-mail Address. Submit A Brief Description That Demonstrates How Your Company Can Provide The Requested Or Equal Supplies. Please Indicate Whether You Hold A Gsa Federal-supply Schedule Contract That Covers These Supplies And, If So, The Contract Number. Provide Business Size And Socio-economic Status; (a) Indicate Whether Your Business Is Large Or Small (b) If Small, Indicate If Your Firm Qualifies As A Small, Emerging Business, Or Small Disadvantages Business (c) If Disadvantages, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act (d) Indicate If Your Firm Is A Certified Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) (g) Include The Sam Uei Number Of Your Firm. (h) State Whether Your Firm Is Registered With The System For Award Management (sam) At Http://www.sam.gov And/or The Vetcert Registry At Veteran Small Business Certification (sba.gov) If Not, Please Note That Any Future Solicitation Could Only Be Awarded To A Contractor Who Is Registered In Sam And To Receive Award Based On Vosb Or Sdvosb Status You Must Be Registered In The Vetcert Registry (i) Provide Current Commercial Pricing And Any Applicable Discounts. place Of Manufacture, Country, For The Requested Items To Show Compliance With The Buy American Act. Original Equipment Manufacturer If You Are Not The Manufacturer. response Is Due By 4:00 P.m Monday, January 24, 2025. Please Submit E-mail Responses To Mr. Jason S. Olliff, Contract Specialist, At Email Address: Jason.olliff@va.gov. Please Place “attention: Brand Name Or Equal Integree Proscan Green Console” In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only. notes: Issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi.
Closing Date25 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Machinery and Tools
United States
Details: Sources Sought Notice ****************************************************************************** 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: Bpa Housekeeping Cleaning Equipment And Carts tracking Number: Dzhc-ss-25-005 the Indian Health Service (ihs), Shiprock Service Unit, Northern Navajo Medical Center (nnmc), Located In Shiprock, Nm, 87420 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Bpa For Housekeeping Cleaning Equipment And Carts. the Anticipated Period Of Performance Is For 1 Year From The Date Of Award. There Is A Possibility Of Base Year Plus 4 Option Years. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is325612 Polish And Other Sanitation Good Manufacturing With A Small Business Size Standard Of 900 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) January 17, 2025 At 04:00 Pm Mt . 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: 325612 Polish And Other Sanitation Good 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: michael Austin, Contract Specialist phone: (505) 960-7848 email: Michael.austin@ihs.gov place Of Performance: northern Navajo Medical Center p.o. Box 160, Hwy 491 North shiprock, Nm, 87420 this Is Not A Solicitation.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: Sources Sought Notice Template ****************************************************************************** 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: On-site Preventative Maintenance Services For Ultrasound Medical Equipment tracking Number: Ihs1502379 the Indian Health Service (ihs), Chinle Comprehensive Health Care Facility Located In/at Off Highway 191 & Hospital Drive, Chinle, Az 86503 Is Seeking Capable Sources For On-site Preventative Maintenance Services For Ultrasound Medical Equipment. Refer To Attached Scope Of Work. the Anticipated Period Of Performance Dates Are One 1-year Base Period Plus Two 1-year Option Periods, Tentative Start Date 03/01/2025. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811211 Consumer Electronics Repair And Maintenance With A Small Business Size Standard Of $8.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services 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) This Notice’s Closing Date/time. 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: 811211 Consumer Electronics Repair And Maintenance 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 Sam 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: tanya Begay, Supervisory Contract Specialist, 928-674-7635, Tanya.begay2@ihs.gov place Of Performance: chinle Comprehensive Health Care Facility off Highway 191 & Hospital Drive chinle, Az 86503 this Is Not A Solicitation. no Questions Will Be Accepted Regarding This Notice. attachments: * Hhs Buy Indian Self-representation Form * Scope Of Work
Closing Date29 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Food Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024 Goods-np2024-020 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Seven Hundred Eighty-four Thousand Eight Hundred Pesos Only (php 784,800.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 09, 2025, Before 2:00 P.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 09, 2025, Before 2:00 P.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Egg Pcs 19,300 Chicken Kilo 320 Onion Kilo 75 Garlic Kilo 75 Ginger Kilo 43 Carrots Kilo 250 Squash Kilo 400 Potato Kilo 210 Sweet Potato Kilo 264 Banana Kilo 264 Papaya Kilo 264 Lumpia Wrapper Pcs 4,630 Munggo Beans Kilo 279 Missua Pack 500 Sotanghon Pack 1,771 All Purpose Flour Kilo 211 Cornstarch Kilo 231 Cooking Oil Liter 1,761 Corned Beef 150g Can 940 Evaporated Milk,140ml Can 940 Condense Milk,160ml Can 475 Instant Oatmeal 33g Pack 4,630 Spaghetti Pasta 200g Pack 211 Spaghetti Sauce 250g Pouch 211 Macaroni Pasta Elbow 200g Pack 211 Brown Sugar Kilo 100 Rice Well Milled Kilo 300
Closing Date9 Jan 2025
Tender AmountPHP 784.8 K (USD 13.5 K)

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: Sources Sought Notice ****************************************************************************** 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: Ophthalmic Instruments Full-service Preventative Maintenance Inspection On Specific Instruments tracking Number: Dzhc-ss-25-009 the Indian Health Service (ihs), Shiprock Service Unit, Dzilth-na-o-dith-hle Health Center (dzhc), Located Near Bloomfield, Nm, 87413 Is Seeking Capable Sources For Ophthalmic Instrument Full-service Preventative Maintenance To Include Cleaning Instruments, Necessary Lubrication, Calibration, Alignment, Optical Cleaning, Minor Repairs And Adjustments, Travel Expenses, And Warranty On Minor Repairs And Adjustments. the Anticipated Period Of Performance Is One Year From Date Of Award With The Possibility Of Base Period Plus 4 Option Periods. The Base Period And Option Periods Are One Year Each. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811219 Other Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $22.00. 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 15, 2025 At 04:30 Pm Mt. 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: 811219 Other Electronic And Precision Equipment Repair And Maintenance 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: michael Austin, Contract Specialist phone: (505) 960-7848 email: Michael.austin@ihs.gov place Of Performance: dzilth-na-o-dith-hle Health Center (dzhc) 6 Road 7586 bloomfield, Nm, 87413 this Is Not A Solicitation.
Closing Date15 Jan 2025
Tender AmountRefer Documents 
3901-3910 of 4728 archived Tenders