Survey Tenders
Survey Tenders
INDIAN HEALTH SERVICE USA Tender
Telecommunication Services
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: Telecommunication Services For Dzilth-na-o-dith-hle Health Center
tracking Number: Dzhc-ss-25-016
the Indian Health Service (ihs), Dzilth-na-o-dith-hle Health Center, Located At 6 Road 7586, Bloomfield, Nm, 87413, Is Seeking Capable Sources For 1) Native American Owned Small Business Or Indian Economic Enterprise Small Business, Or 2) Any Other Socio-economic Small Businesses Interested In Providing The Resources To Satisfy The Requirement To Provide Telecommunication Services: Voice Data Network, Internet Network/connection, And Pri Circuit Services To The Dzilth-na-o-dith-hle Health Center Located In Bloomfield, Nm.
the Anticipated Period Of Performance For The Position Will Be For Twelve (12) Consecutive Months Beginning From The Date Of Award. The Period Of Performance Includes Base Plus Five (5) Option Period
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is517111 – Wired Telecommunications Carrier 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) January 3, 2025 At 08:30am 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: 517111 – Wired Telecommunication Carriers.
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
michael.austin@ihs.gov
place Of Performance:
dzilth-na-o-dith-hle Health Center (dzhc)
6 Road 7586
bloomfield, Nm 97413
this Is Not A Solicitation.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis/solicitation – Boundary Line Maintenance For B. Everett Jordan Lake, Moncure, Nc
solicitation No. W912pm25q0006. This Solicitation Is Issued As An Rfq.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued Under The Authority Of Far Part 13 Simplified Acquisition Procedures. This Combined Synopsis/solicitation Is Being Issued As A Small Business Set-aside.
this Solicitation Is A Request For Quote (rfq). This Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective November 12, 2024. The Associated North American Industry Classification System (naics) Code For This Procurement Is 561730 With A Size Standard Of $9,500,000.00.
the U.s. Army Corps Of Engineers, Wilmington District Is Requesting Services Brush And Tree Limb Cutting, Painting, And Signing Approximately 41 Miles Of Existing United States Government’s Property Boundary To Maintain A Highly Visible Boundary Line At B. Everett Jordan Lake. The Contractor Shall Not Be Establishing New Boundary Lines Or Conducting Any Land Survey Activities.
the Resulting Award Issued From This Request Will Result In One Award. Service Contract Act Wage Determination 2015-4393 Rev 27, Dated 07-22-2024 For Wake County, Nc And 2015-4373, Rev 27, Dated 07-22-2024 For Chatham County, Nc Will Apply. The Offeror Is Responsible For Referring To The Wage Determination And Applying It As Applicable.
the Following Documents Have Been Provided:
a21 - Combined Synopsis-solicitation – Bej Boundary Line Maintenance – W912pm25q0006 - Final
questions Are Due Not Later Than 4:00 Pm, Edt, 08 January 2025.
quotes Are Due Not Later Than 2:00 Pm, Edt, 22 January 2025.
submit Questions & Quotes Electronically Via Email To Both Shaun.m.mckenna@usace.army.mil And Jenifer.m.garland@usace.army.mil. It Is Your Responsibility To Follow Up And Ensure Quotes Have Been Received By The Contract Specialist Prior To The Due Date And Time For Quotes.
evaluation Of Award: The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Issuance Of Award Will Be Made To The Lowest Price Offeror That Is Technically Acceptable.
price Quote And Technical Proposal: Each Offeror Must Submit Both A Price Quote And A Technical Proposal Via Email. The Technical Proposal Shall Include The Documentation In Certification And Documented Past Experience. See Provision 52.212-2 Within The Solicitation. No Hard Copies Will Be Accepted Or Evaluated. Both The Price Quote And Technical Proposal Must Be Received By The Closing Date And Time Set Forth Within The Solicitation. In An Effort To Reduce Paper And Cost, All Quotes Shall Be Submitted Electronically. All Submissions Shall Be In Adobe Pdf Format And Shall Be On 8 ½ X 11 Size Pages In No Less Than 10 Pitch Or 10 Fonts. The Pricing Quote Can Be In Microsoft Excel Spreadsheet Format Provided Within The Solicitation. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce Fie Size And Facilitate Electronic Transmission.
title File(s) In The Following Format:
w912pm25q0006_company Name_pricing
w912pm25q0006_company Name_technical
in Accordance With Far 52.212-1(k), Each Prospective Awardee Shall Be Registered And Be Active In The Sam Database Prior To Award. If The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer (nlt Due Date/time Of Solicitation), The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Offeror. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At Https://www.sam.gov Or By Calling 866-606-8220, Monday – Friday From 8am – 8pm Est.
the Government Reserves The Right To Cancel This Solicitation.
this Announcement And Written Request For Quote Constitutes The Only “request For Quote” That Will Be Made For This Requirement.
Closing Date22 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Advertisement Gsa Public Buildings Service
u.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Ohio
city: Ashtabula
delineated Area:
north: Route 531
east: Route 11
south: Highway 90
west: Jefferson Road To Bunker Hill Road To West Avenue To Lake Avenue
minimum Sq. Ft. (aboa): 5,396 Aboa Sf
maximum Sq. Ft. (aboa): 5,666 Aboa Sf
space Type: Office
parking Spaces (total): 26 Spaces
parking Spaces (surface): 26 Spaces
parking Spaces (structured): 0 Structured Spaces
parking Spaces (reserved): 0 Structured Spaces
full Term: 10 Years
firm Term: 5 Years
option Term: N/a
additional Requirements:
• Space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
• Regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 2 City Blocks Or 600 Feet, Whichever Is Less.
• Office Space Must Be Contiguous, On One Floor.
• Space Should 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.
• Space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. Space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
• Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative.
• All Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date.
• In Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement / Permission To Represent Multiple Interested Parties For The Same Submission.
• The Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As Provided As Part Of The Rental Consideration.
• The Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6am – 6pm (excluding Saturdays, Sundays And Federal Holidays).
• Reference Project Number: 1oh2268.
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 100-year Flood Plain.
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 Ashtabula, Oh, 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 30, 2025
market Survey (estimated): Tbd
occupancy (estimated): March 2025
send Expressions Of Interest To:
name/title: Dominic Vedder, Transaction Manager, Cbre
address: 8350 Broad Street Suite 1100 Mclean, Va 22102
office: (703) 852-6215
email Address: Dominic.vedder@gsa.gov
name/title: Stephen Morris, Cbre
address: 950 Main Avenue, Suite 200, Cleveland, Oh 44113
office: (216) 658-6115
email Address: Stephen.morris2@cbre.com
with A Copy To:
lease Contracting Officer Rhonda Rogers, Gsa Lease Contracting Officer
email Address: Rhonda.rogers@gsa.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. The Medical Regional Contracting Office- West, Fort Bliss, Tx, Has An Upcoming Requirement To Solicit For And Award A Contract To Provide Full Service, On-site Maintenance On The Hologic Tissue Processors Located In Pathology For William Beaumont Army Medical Center Ft. Bliss, Tx. Basic Requirement Details Are Listed Below. This Request Is Anticipated To Result In A Firm Fixed-priced Contract To Provide Maintenance Services For A Base Period And Four, One-year Options. The Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees’, Regarding This Requirement Is Strictly Prohibited.
the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Services. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors.
the North American Classification System (naics) Code For This Requirement Is 811210 – “electronic And Precision Equipment Repair And Maintenance.” The Small Business Size Standard In Millions Of Dollars Is $34.0.
this Is A Follow-on Requirement To Contract W81k00-22-p-0065 Awarded To Cenmed Enterprises Inc.
responses To This Sources Sought Notice Should Demonstrate The Firm’s Ability, Capability, And Responsibility To Provide And Deliver The Products Listed Below. In Response To This Notice, Interested Parties Shall Submit A Written Statement Of Capability Limited Up To 5 Pages And Shall Include The Following Information:
•offeror’s Name, Address, Point Of Contact, Phone Number, And E-mail Address.
•offeror’s Interest In Providing A Proposal/quote On The Solicitation When It Is Issued.
•offeror’s Capability To Provide The Products Being Requested.
•for Reference The Proposed Offeror Must Be Able To Provide Service To The Following Item(s):
1.1 Tissue Processor-manf: Hologic, Mdl: Thin Prep 2000, Sn: N0465h20d0
1.2. Tissue Processor-manf: Hologic, Mdl, Thin Prep 2000, Sn: N0466h2d0
1.3. Tissue Processor-manf: Hologic, Mdl: Thin Prep 5000, Sn: 92278g20d0
proposed Vendor Must Be Able To Deliver/service To William Beaumont Army Medical Center Ft. Bliss, Tx.
offeror’s Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability.
interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government.
interested Offerors Shall Respond To This Sources Sought Notice No Later Than 05 February 2025 At 05:00 P.m Mountain Standard Time. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov At The Time Of Proposal Submission To Be Eligible For Award Of Government Contracts. Email Your Response To Sfc Jamiley Timsah, Contract Specialist: Jamiley.k.timsah.mil@health.mil. Telephonic Inquiries Will Not Be Honored. Email Is The Only Current Method For Contact.
Closing Date6 Feb 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state:ohio
city:batavia
delineated Area:
north: Highway 276
east: Half-acre Rd
south: Old State Rt. 32 / N. 5th St / Spring St
west: N. Riverside Dr / Highway 132
minimum Sq. Ft. (aboa):6,768
maximum Sq. Ft. (aboa):7,106
space Type:office
parking Spaces (total): Zero (0)
parking Spaces (surface):zero (0)
parking Spaces (structured):zero (0)
parking Spaces (reserved):zero (0)
full Term: 10 Years / 120 Months
firm Term:5 Years / 60 Months
option Term:none
additional Requirements:
space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 2 City Blocks Or 600 Feet, Whichever Is Less.
office Space Must Be Contiguous, On One Floor.
space Should 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.
space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. Space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
column Spacing Should Be No Less Than 20’ From Center. Columns Should Not Exceed 2x2.
twenty-six (26) Unreserved Parking Spaces For Employees And Visitors.
interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative.
all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date.
in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement / Permission To Represent Multiple Interested Parties For The Same Submission.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6am – 6pm (excluding Saturdays, Sundays And Federal Holidays).
reference Project Number: 2oh0402
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 Batavia, Ohio, 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 6, 2025
market Survey (estimated):mid-january 2025
occupancy (estimated):october 4, 2025
send Expressions Of Interest To:
hannah Staubach, Associate
cbre, Inc.
phone - (513) 369-1346
email -hannah.staubach@cbre.com
with A Copy To:
maria Kobe, Transaction Manager
cbre, Inc.
email -maria.kobe@gsa.gov
government Contact Information:
gsa Lease Contracting Officer -rhonda Rogers
cbre Transaction Manager -maria Kobe
cbre Local Broker -hannah Staubach
Closing Date6 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,485,662.52 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-12. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Drainages - Libuganon Ris, Completion Of The Work Required 120 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. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 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 Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 1 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, 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 By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
Closing Date14 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.3 K)
National Irrigation Administration Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,516,181.27 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-13. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Drainages - Libuganon Ris, Completion Of The Work Required 120 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. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 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 Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 1 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, 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 By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
Closing Date14 Jan 2025
Tender AmountPHP 9.5 Million (USD 162.9 K)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: Presolicitation Notice/advertisement
gsa Public Buildings Service
u.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state:virginia
city:hampton
delineated Area:
hampton Pda 1:
north: East On Thomas Nelson Drive From Big Bethel Road (rte. 600) Continuing East On Butler Farm Road, To Lucas Way North To The End Of Lucas Way Then Back To Butler Farm Road, East To Manhattan Square Continuing East On Butler Farm Road To North Armistead Avenue (rte. 134).
east: South On N Armistead Ave To West Mercury Boulevard (hwy. 258), East To Windsor Drive, South To N Armistead Ave To Southwest Branch Back River.
south: Southwest Branch Back River
west: North On Power Plant Parkway (rte. 415) To West Queen Street To Market Place Drive To East Walker Road To Aberdeen Road North To Todds Lane, Continuing East On Cunningham Drive To North Interstate 64 To Hampton Roads Center Parkway West To Big Bethel Road North To Thomas Nelson Drive
hampton Pda 2:
north: West Pembroke Avenue (rte.351)
east: Eaton Street To Settlers Landing Road (hwy. 60) East To Hampton River
south: West On Victoria Boulevard From Hampton River To Bridge Street, North To Settlers Landing Road, West To South Armistead Ave
west: South Armistead Ave North To W Pembroke Ave
minimum Sq. Ft. (aboa):10,407 Aboa Sf
maximum Sq. Ft. (aboa):10,927 Aboa Sf
space Type:office And Related Space
parking Spaces (total):must Meet Local Code
full Term:ten (10) Years
firm Term:five (5) Years
option Term:one, Five (5) Year Option
additional Requirements:
public Transportation: A Commuter Rail, Lightrail Or Subway Station Shall Be Located Withinthe Immediate Vicinity Of The Building, But Generally Not Exceeding A Walkable ½ Mile,as Determined By The Contracting Officer. Alternatively, A Public Or Campus Bus Lines Useable By Tenant Occupants Shall Belocated Within The Immediate Vicinity Ofthe Building, But Generally Not Exceeding Awalkable ½ Mile, As Determined By The Contracting Officer.
parking Must Be Available For Visitors Within One Block Of The Office Location.
separate Public And Employee Building Entries.
all Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative.
all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date.
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.
expressions Of Interest Due:january 17, 2025
market Survey (estimated):january 27, 2025
occupancy (estimated): September 23, 2026
send Expressions Of Interest To:
expressions Of Interest Should Include Building Name And Address, 1/8-inch Scale Drawing Of Space Offered, 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 Owner That The Representative Has Legal Authority To Provide Information On The Property.
name/title:ryan Squillante, Leasing Specialist
email Address: Ryan.squillante@gsa.gov
government Contact Information
lease Contracting Officer:samantha Poole
leasing Specialist:ryan Squillante
Closing Date18 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: Notice 2:the Government Is Hereby Notifying The Industry That The Proposal Due Date Is Being Put On Hold Due To The Ongoing Inquiry Raised During The Solicitation Phase. The Proposal Due Date Will Be Determined And Announced At A Later Time. Additional Updates And Details Will Be Provided As They Become Available.
notice 1:the Government Is Notifying Industry That The Proposal Due Date Is Being Postponed To Address Concerns Submitted During The Solicitation Phase. This Extension Will Allow Time For The Government To Gather The Necessary Information, Conduct A Thorough Inquiry, And Review The Concerns. The Government Will Update This Announcement With Additional Information And Details In The Future As Applicable. The New Proposal Due Date Is Currently Being Extended To Jan 15, 2025 But Maybe Extended Further Depending On The Outcome Of The Concerns Received.
purpose:the Army Contracting Command Orlando (acc-orlando), On Behalf Of The Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Is Seeking Qualified Proposals To Provide Apache Ah-64 Transition Training Support (atts), Previously Referred To As 'ah-64 Conus And Oconus Transition Training Support,' To The U.s. Government (usg) And Foreign Military Sales (fms) Customers. The Purpose Of This Request For Proposal (rfp) Is To Establish A 5-year, Single-award, Indefinite Delivery/indefinite Quantity (id/iq) Contract That Will Enhance The Capabilities Of Military Personnel By Ensuring That Personnel, Including Operators, Maintainers, Maintenance Test Pilots (mtps), Support Personnel, And Other Authorized Individuals, Are Qualified And Trained To Effectively Transition Operations From Previous Apache Versions To The Ah-64e V6 (and Any Subsequent Ah-64 Versions).
naics: The North American Industry Classification System (naics) Code For This Acquisition Is 611512, With A Small Business Size Standard Of $34m.
scope: The Anticipated Scope Of A Contract Resulting From This Rfp Is To Qualify And Train Operators, Maintainers, Maintenance Test Pilots (mtps), Support Personnel, And Other Authorized Individuals To Effectively Transition Operations From Previous Apache Versions To The Ah-64e V6 (and Any Subsequent Ah-64 Versions).
solicitation Details:
proposal Due Date: See Section L.2.1
questions Submission Deadline: See Section L.2.6
reference Number: W900kk-25-r-0002
contract Type: Single Award Idiq, With A 5-year Ordering Period
competition: Full And Open, Best-value Competition
solicitation Attachments:
attachment 1: Base Apache Transition Training (att) Performance Work Statement (pws), Pws-2023-018
attachment 2: Base Id/iq Price Workbook
attachment 3: Dd254 Fms Atts
attachment 4: Att Id/iq Quality Assurance Surveillance Plan (qasp)
attachment 5: Contract Data Requirements List (cdrl) Acceptance/rejection Form
attachment 6: Task Order (to) Procedures/work Request Procedures
attachment 7.0: To 0001 Att Program Management (pm) Sec B-j Cms
attachment 7.1: To 0001 Att Id/iq Pm Pws
attachment 7.2: To Cost Price Workbook
attachment 8: Reserved
attachment 9: Past Performance Questionnaire Att W900kk-25-r-0002
attachment 10: Industry Question/comment Form Att W900kk-25-r-0002
attachment 11: Standard Form (sf) 1408a Att W900kk-25-r-0002
attachment 12: Defense Contract Audit Agency (dcaa) Pre-award Survey Checklist
additional Information:
responses To The Questions Asked Regarding The Draft Solicitation Are Also Posted With This Rfp.
draft Requirements Were Posted On October 31, 2024, Under Posting Id W900kk25r0002.
a Synopsis Was Posted On October 28, 2024, Under Posting Id W900kk25r0002 Changing What Was Previously Referred To As “'ah-64 Conus And Oconus Transition Training Support” To “apache Ah-64 Transition Training Support (atts)”.
a Sources Sought Announcement Was Issued On November 1, 2023.
previous Postings Were Under W900kk-ah64-tts Under Ah-64 Conus And Oconus Transition Training Support.
disclaimer:the Government Reserves The Right To Make An Award Without Discussions. The Government May Cancel This Solicitation And Neither Party Shall Be Liable To The Other For Any Cost Incurred.
Closing Date15 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 7,372,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Lower Biangan Cis - Repair Cis: Proposed Repair Of Dam; Construction Of Protection Works Downstream 11m Right Side & 11.39m Left Side; And Temporary Project Facility.. (nia12 -scsimo -infra -2025-010). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 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. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 -january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. 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 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 1 Unit – Concrete Mixer (1 Bagger), 7.5hp 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind) 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani 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.
Closing Date28 Jan 2025
Tender AmountPHP 7.3 Million (USD 125.7 K)
3931-3940 of 4723 archived Tenders