Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Others
United States
Details: Sources Sought Description: this Is A Sources Sought Notice, Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. by Way Of This Market Survey/sources Sought Notice, The Usace-buffalo District Intends To Determine The Extent Of Firms That Are Engaged In Providing The Services Described Hereunder For Fairport Harbor Dredged Sediment Placement Site, Fairport, Oh. this Sources Sought Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only And Does Not Commit The Government To Any Further Contract Actions, I.e., Solicitation And/or Contract. Respondents Are Advised That The United States Government Will Not Pay For Any Information Or Administrative Cost Incurred In Responding To This Sources Sought Notice. Not Responding To This Sources Sought Notice Does Not Preclude Participation In Any Future Request For Proposals (if Any) That May Be Issued. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. This Is Not A Solicitation Announcement; This Is A Request For Information (rfi) Only. this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issue Of An Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. at This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Notice. Responses To This Notice Will Not Be Returned. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. government Requirements: the Purpose Of This Project Is To Provide A Facility To Accept Sediment Dredged From The Authorized Federal Channel In Fairport Harbor, Oh. Routine Maintenance Dredging Is Performed In The Harbor On An Annual Or Bi-annual Schedule (dependent On Federal Funding And Harbor Needs). The Facility Will Need To Accept Dredge Sediment At A Rate And With Sufficient Capacity To Accommodate Anticipated Dredging Needs: in-situ Dredge Quantities Typically Range Between 50,000 Cy And 250,000 Cy Each Year That Dredging Is Performed. If The Dredged Material Is Subsequently Unloaded Hydraulically (i.e., Pumped Into The Facility), The Overall Volume, Including Added Water, Can Be Expected To Be At Least 3 Times The In-situ Volume. The Most Recent Sediment Assessment (analytical And Physical Properties) Is Provided As An Attachment To This Notice. dredging And Sediment Placement Is Typically Conducted 24-hours Per Day And 7-days Per Week Within The Environmental Window For The Harbor Which Runs Between July 1st And September 14th Each Year. Waivers Are Sometimes Granted To Allow The Dredging To Start Or Extend 2-weeks Outside The Environmental Window. a Dredge Rate Of Approximately 3,500 Cy Per Day Is Expected Though Quantities Could Be As High As 6,000 Cy Per Day. Lesser Amounts May Also Be Anticipated Due To Weather/lake Condition Impacts, Equipment Limitations/breakdowns Etc. contract Duration Is Estimated At 3 Years. requested Information: this Agency Requests That Interested Contractors Complete The Following Questions To Assist The Government In Its Efforts. provide Firm’s Name, Address, Phone Number, Email, And Point Of Contact. , narrative Of Proposed Dredged Sediment Placement Site - Interested Firms Must Provide Detailed Information On The Proposed Facility’s Location, Size And Ability To Meet Each Of The Government Requirements (anticipated Dredging Needs) Noted Above. The Narrative Should Also Include: current Use Of The Proposed Dredged Placement Site. anticipated Long Term Use Of Dredged Sediment That Will Be Accepted (e.g., Site Fill, Beneficial Reuse, Agriculture, Etc.). site-specific Access Requirements And Proximity To The Federal Channel In Fairport Harbor, Oh. anticipated Requirements Or Provisions That The Facility Would Require For Sediment Delivery (i.e., Items That Would Be Required Of Others). maximum Dredged Sediment Capacity Per Year And Total Lifetime Sediment Capacity Of Facility (in Cubic Yards). duration Or Timeline From The Date Of A Contract Award Until The Required Permits Would Be In Place And The Facility Ready To Accept Dredged Sediment. note: Total Submittal Package Shall Be No Longer Than 5 Pages. Please Only Include A Narrative Of The Requested Information And A Map Or Drawing Of The Facility’s Location And Features If Available.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description The National Irrigation Administration-sultan Kudarat Irrigation Management Office, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Eighteen Million Nine Hundred Eighty-five Thousand Seven Hundred Eighty-eight Pesos And 49/100 (p18,985,788.49) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 2 (contract No. Nia12-infra-skimo-2025-03) Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Now Invites Bids For Construction Of Canal Lining At Kulasi Lateral A From Sta. 0+000 - 0+460, L=460.00m And Terminal Facilities 1-unit, Lateral B From Sta.0+000 - 0+577, L=577.00m, 1-unit Canal Structure And 1-unit Terminal Facilities. Completion Of The Works Is Required Three Hundred (300) 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. 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. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And 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 Only P 25,000.00. 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. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 @ 9:00 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 4, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 @ 10:15 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Small B, License Category C&d Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) B. Key Personnel With Corresponding Work Experience: 1 - Project Manager Completed At Least One (1) Similar Project 1- Project Engineer Completed At Least One (1) Similar Project 1 - Office Engineer (civil Engineer) With At Least One (1) Year Experience 1 - Material Engineer Duly Accredited By Department Of Public Works And Highways 1 - Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 - Surveyor Completed At Least One (1) Similar Project 1 - Construction Foreman Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units - 4-6 Cu.m Dumptruck 1 Unit - 8-10 Tons Cargo Truck 1 Unit - 0.80 Cu.m./139hp Bucket Capacity Backhoe, Crawler Type 1 Unit - 0.16 Cu.m. Bagger Mixer 1 Unit - 5 Hp Concrete Vibrator 1 Unit - 8 Tons, 125 Hp Vibratory Compactor 2 Units - Bar Cutter 1 Unit - 4"ɸ Water Pump 2 Units - Slump Cone 6 Units - Concrete Cylindrical Moulds 1 Unit - Survey Instrument (auto Level) The National Irrigation Administration-sultan Kudarat 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 Date4 Feb 2025
Tender AmountPHP 18.9 Million (USD 324.7 K)

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Worcester delineated Area: Within The City Limits Of Worcester, Ma minimum Sq. Ft. (aboa): 10,613 Aboa Sf maximum Sq. Ft. (aboa): 11,143 Aboa Sf space Type: Office parking Spaces (total): 40 Reserved Parking Spaces parking Spaces (reserved): 40 Reserved Parking Spaces full Term: 8 Years firm Term: 4 Years option Term: N/a additional Requirements: subleases Are Not Acceptable all Services, Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week. space Must Be Contiguous On One And Or Two Floors. offered Space Cannot Be Located Near Agencies Providing Probation And/or Parole Services, Halfway Houses, Drug Abuse Counseling/rehabilitation Programs, And Similar Social Service Agencies And Welfare Type Programs, As Well As Private Law Firms Representing Drug Offenders. building Entrances/exits Cannot Be Co-located With Or Located 1,000 Feet Minimum, Line Of Sight Or Within The Vicinity Of The Following: Drug-free Zone; Residential/hotels/shopping Center And Areas Where Drug Activities Are Prevalent; And/or Where Easy Surveillance Of Facilities Or Operations Is Possible. secure On-site Or Adjacent Parking Is Required Either In The Form Of An Enclosed Garage With Reserved Spaces Or An Adjacent Surface Lot With Direct Access To A Building Entrance. Interior Parking Must Have A 12' Height Clearance And Exterior Parking Must Be Able To Be Secured With Fencing And Access Control Devices. a Fully Serviced Lease Is Required. 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 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 please Reference Project Number 2ma0216 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 Worcester, Ma, 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 Must Be Received In Writing No Later Than The Due Date Stated In This Notice, And Should Include The Following Information At A Minimum: building Name And Address And Location Of The Available Space Within The Building. The Building Site/lot Plans, Interior Building Layout Drawings/pictures (with Dimensions Shown Preferably) Reflecting The Space That Is Being Offered. identification Of Public Transit Routes/stops Near The Property Offered. rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced. ansi/boma Office Area (aboa) Square Feet To Be Offered, And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount, If Any. date Of Space Availability. building Ownership Information. amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking (if Any). energy Efficiency And Renewable Energy Features Existing Within The Building. list Of Building Services Provided. expressions Of Interest Due: February 7, 2025, 5:00 Pm Edt market Survey (estimated): February 2025 occupancy (estimated): June 29, 2025 send Expressions Of Interest To: name: John Burweger address: Federal Real Estate Services, Inc.,36 Valley View Lane, Pawling, Ny 12564 office: 845-855-4733 email Address: Jburweger@fresinc.com government Contact: lease Contracting Officer: Danielle Piantedosi broker Contractor: Matt Bartlett, Transaction Management Director, Cbre, Inc.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Kemi Tornionlaakson Koulutuskuntayhtym Lappia Municipality Education And Training Consortium Lappia Tender

Others
Finland
Details: Title: Living Lab - Containers For Wild Food Preprocessing, Work Packages 1-4 description: The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia Is Implementing The Project: Investments - Sustainable Growth From Local Raw Materials Funded By The Regional Council Of Lapland (project Code J11053). The Regional Council Of Lapland Has Approved The Project For Funding And Granted Support For The Implementation Of The Project From The Just Transition Fund (jtf) Under The Act On The Financing Of Regional Development And European Union Regional And Structural Policy Projects (757/2021). In Accordance With The Project Plan, The Target Of The Procurement Is Preprocessing Container Purchases And Equipment, The Estimated Total Value Of The Procurements Is 270,000€. The Aim Of The Project Is To Implement Mobile Processing Environments For Preprocessing Of Local Raw Materials. The Preprocessing Environment For Local Raw Materials Is Divided Into Work Packages 1-4. Work Package 2 (part 1 And Part 2) Will Be The First To Start Tendering Competition Of This Procurement Entity. Work Package 2. Part 1. Container For Preprocessing Wild Food (berry Separator) Including Part 2. Berry Separator Machine For Preprocessing (for Separating Frozen Sea Buckthorn Berries From The Branches By Shaking As Well As Other Suitable Frozen Wild Berries). Working Inside The Container Must Be Possible. The Estimated Value Of The Work Package Is 41.000€-55.000€. Tendering Period 7.1.-29.1.2025 Work Package 1. Dryer Container (with Freezer And Infrared Dryer) For Wild Food Preprocessing By Drying Of Natural Products. The Processes Demand That Working Inside The Container Is Possible. The Estimated Value Of The Work Package Is 95.000€. Tendering Period January-february 2025. Work Package 3. One Dryer Container And One Freezer Container, Both Must Be Trailer-transportable. The Estimated Value Of The Work Package 3. Is 55.000€. Work Package 4. Preprocessing Container With Express Freezer (shock Freezer). The Estimated Value Of The Work Package 4 Is 65.000 €. In The First Phase, The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia And Lappia Vocational College Will Request Your Offer For The Work Package 2, Part 1. Container For Separating Berries And Part 2. A Berry Separator Machine To Be Placed Inside The Container. Offers For Either Part 1. Container Or Part 2. Berry Separator Machine Are Accepted And Can Be Offered Either Container Or Separator Or Both Parts. Work Package 2 Part 1 - Container (for Separating Berries Inside The Container) Is 2.2-2.4 M High (six-foot Container) Temperature-controlled Freezer Container Or A Ready-made Freezing Container Solution. The Working Container Must Be New Or As Good As New, The Previous Purpose Of Use Must Be Stated In The Tender, As Well As The Insulation Materials. The Container Must Not Have Any Indoor Air Problems. The Container Must Be Prepared For Two People To Work Inside With The Berry Separator Machine At The Same Time. Therefore The Requirements Are Set For Ventilation, Food Handling And Occupational Safety, Which Must Be Taken Into Account When Building The Working Container. With Regard To Container Materials, Such As Structures, Insulation, Sound Insulation And Surface Materials, The Use Of A Berry Separator Machine Inside The Container Causes Resonance And Vibration, Which Must Also Be Taken Into Account When Preparing Container. The Container Must Meet The Material And Hygiene Requirements Set By The Finnish Health Authority For The Food Handling Environment. The Estimated Value Of The Container Is In The Price Range Of 26.000-35.000€. The Transport Of The Container Delivered At Place Or Delivered At Place Unloaded (kätkävaarantie 69, Loue, Tervola) Must Be Included. All Costs Must Be Included, Also Possible Transportation, Customs, Transport/freight Insurance Fees Must Be Included In The Total Offer Price. Work Package 2 Part 2 - Berry Separator Machine The Object Of The Procurement Is A Mobile Berry Separator Machine, Which Is Placed Inside The Working Container. Based On The Market Survey Carried Out, The Berry Separators Currently On The Market Are Large Separators Intended For Industrial Use. A Mobile Berry Separator Machine Placed Inside The Container Should Be Compact, Innovative And Transportable. The Berry Separator Is Attached Inside The Container During Transportion And Use Of The Machine, So Both The Container And The Berry Shaker Supplier Must Take Into Account The Mandatory Requirements For Compatibility. The Estimated Value Of The Berry Separator Machine Is Estimated To Be Around 15.000-20.000€. The Cost Of Moving And Transporting The Berry Separator To The Container Supplier (installation And Integration)must Be Included In The Total Price. The Transport Of The Berry Separator Container (kätkävaarantie 69, Loue, Tervola) Must Be Included. Cooperation Between The Container Supplier And The Supplier Of Berry Separator Machine Is Essential.
Closing Date29 Jan 2025
Tender AmountEUR 55 K (USD 57.2 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Tukwila delineated Area: north: Southcenter Blvd south: S 180th St. east: Oaksdale Ave. Sw west: Military Rd. S. gross Square Feet (aboa): 7,016-9,233 space Type: Retail gov Parking Spaces (total): 25 full Term: 60 Months option Term: None additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be 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 0900 To 1700 (excluding Weekends And Federal Holidays). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Term Of The Lease. A Fully Serviced Leased Is Required. Offered Space Shall Not Be In The 1-percent-annual Change Floodplain (formerly Referred To As “100-year” Floodplain). The Government Reserved The Right To Conduct A Cost Benefit Analysis Included Move And Replication Costs. 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 Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; age Of Building; total Existing Gross Square Feet; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; address Or Described Location Of Building; location On Map Demonstrating The Building Lies Within The Delineated Area; a Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes; evidence Of Ownership If Building Submitted By Owner. Non-owners (e.g. Brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property; any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due: January 31, 2025 market Survey (estimated): January 31, 2025 occupancy (estimated): November 30, 2025 send Expressions Of Interest To: realty Specialist Name: Jessica Butko email Address: Cenwsre-rfp@usace.army.mil phone Number: 206-920-9874 government Contact Information: real Estate Contracting Officer: Thomas Seymour
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: Collar,pin-rivet; End Item: Helicopter, Black Hawk (spe4a625r0172) the Defense Logistics Agency Is Issuing A Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 5320-012731677, Collar,pin-rivet. The Approved Sources Of Supply: sps Technologies, Llc 06725 P/n Hl1087atw6 howmet Global Fastening Systems Inc 06950 P/n Hl1087atw6 huck International, Inc 17446 P/n Hl1087atw6 sps Technologies, Llc 56878 P/n Hl1087atw6 west Coast Aerospace, Inc. 60516 P/n Hl1087atw6 hi-shear Corporation 73197 P/n Hl1087atw6 howmet Global Fastening Systems Inc. 5m902 P/n Hl1087atw6 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332510. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Drawings Are Not Available. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 02/07/2025. All Responses Under This Sources Sought Notice Must Be Emailed Ive.allen@dla.mil. If You Have Any Questions Concerning This Opportunity, Please Contact: Ive Allen. technical Orders And Qualification Requirements Are Not Available. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: Hl1087atw6 nomenclature: Collar,pin-rivet nsn: 5320-012731677 estimated Requirement: 100,631 Each if Your Company Desires To Be Reviewed And Qualified As An "approved Source" For This Item, Submit An Application Package Through The Source Approval Request (sar) Program As Outlined In The Attached Jacg Sam Hb Document. A Sar Package Contains All Of The Technical Data Needed To Demonstrate That The Prospective Contractor Can Competently Manufacture The Product To The Same Level Of Quality, Or Better, Than The Required Item. The Onus Is On The Contractor To Document And Demonstrate Their Product Is Equal To, Or Better, Than The Currently Approved Item, Which Dla Aviation Is Procuring. dla-aviation Can Only Receive Source Approval Requests (sar) Through Dodsafe Link Due To Internet/web Safety Concerns. To Submit Your Sar Please Send An Email To: Dlaavnsmallbus@dla.mil, Subject Line "request A Sar Drop Off". Include Cage Code, The Nsn And The Email Address Where You Want To Receive The Dodsafe Link. After Your Email Is Received, A Dodsafe Drop Off Will Be Returned, Where You Can Download Your Sar File.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Energy Tender

Metals and Non-Metals
United States
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting. The Requirements/specifications Of The Electron Beam Melting Furnace Is Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Advanced Alloy Manufacturing Laboratories Focusing On Improving Manufacturing And Materials Performance In An Array Of Challenging Environments. As Part Of This Mission, Netl Has A Need For An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting.the Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Furnace Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On January 3, 2025 Through The Fedconnect Portal Or To David.lahey@netl.doe.gov. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
Closing Date3 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 9,215,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Banga Ris Banga Area: Construction Of 56 Meters Span Elevated Flume Structure (replace To Existing Siphon-flume-bridge), 3meters Inlet Transition & 4.3m Outlet Transition At Main Canal Station 7+380 - 7+443.3 With 31m Protection Works On The 8m-height Column And Temporary Project Facility. (nia12 -scsimo -infra -2025-011). 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 110 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 2 Units – Concrete Mixer (1 Bagger), 7.5hp 2 Units – 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 9.2 Million (USD 157.1 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: This Sources Sought Synopsis Issued In Support Of Navair Pma 202 And Its Mission To Develop, Integrate, And Support Aircrew Systems For The Navy And Marine Corps By Supporting The Following Programs: Aircrew Endurance (ae), Improved Joint Helmet-mounted Cuing System (ijhmcs), Night Vision Cueing And Display (nvcd), Hearing Protection Helmet. This Posting Will Determine The Interest In This Requirement And Determine If That Interest Warrants A Full And Open Competition. description this Is A Sources Sought Synopsis Only And Does Not Constitute A Solicitation Announcement. This Is Not A Request For Proposals Or A Quote And In No Way Obligates The Government To Award Any Contract. This Sources Sought Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation Announcement For Quotes/proposals And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Has Been Issued To Survey The Market And Assist The United States Navy (usn) In Determining Possible Sources For Consideration. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request To Be Considered For A Contract Award. the Usn Is Conducting Market Research To Seek Sources That Have The Capability To Manufacture The Following Item (the Usn Is Seeking Manufacturers Only): description: product Description: communication Head Set With The Following Functionality: omni-directional Microphones And High Fidelity Speakers That Are Optimized For Clear And Accurate Sound Replication boom Microphone Providing 18db Of Noise Cancellation Measured At 10mm Distance, Normalized For 0db At 1khz. 4 Pin U-174 Plug And Will Connect Directly Into Your Existing Push-to-talk Radio Adapters shielding Within The Cables And Around The Circuitry To Reduce The Effects Of Radio Frequency (rf) And Electromagnetic Interference (emi) push-to-talk Radio Adapter swivel, Molle Clip connection To Military 6-pin Radio ( 6-pin Mil-c-55116) Or Motorola Apx Series Radios push To Talk Must Be Designed To Fit The Size And Shape Of Either Hand And Be Used With A Gloved Hand headset Connection Serves As A Break-away Connector For Removal In Emergency Situations hearing Protection noise Reduction Rating (nrr) 20-23db • Tested In Accordance To Ansi S3.19-1974 impulse Noise Protection Tested To 168db Peak Spl In Accordance With Ansi S12.42-2010 must Meet The Single Hearing Protection Requirement Listed In Da Pam 40-501 Army Hearing Conservation Program 2015 For Both Steady-state And Impulse Noise electro Magnetic Interference Must Be Tested In Accordance To Mil Std 461e/f integrated Respiratory & Communications must Allow For A Connection To Oxygen Systems (haho/halo Operations) And The First Responder Respirator (frr). When Used With The Frr, The Operator Will Not Need To Remove The Boom But Plug The Respirator Microphone Cable Into The Back Of The Headset. must Offer A Communication Cable Option For The Joint Service General Purpose Mask Allowing The Operator To Plug The Headset Into Their Ptt And Provides A Mic Line That Connects To The Respirator’s Internal Mask Microphone. communications Interface downleads Terminate In A Standard U/174 Nato Wired “quick Disconnect” Plug. must Offer A Single Downlead Headset With A 5-pin Connector To Support Connection To Dual And Multi Comm Communication Control Units (ccus) responses responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Responses Should Include Approximate Lead-time For Delivery Of Product. Please Respond To The Following Questions: is Your Business Considered A Manufacturer, Distributor Or Reseller? is Your Business A Large Or Small Business And How Many Employees? what North American Industry Classification System (naics) Code Does Your Company Use For This Type Of Service? if Small, Does Your Firm Qualify As A Small, Emergent Business, Or A Small, Disadvantaged Business? if Disadvantaged, Specify Under Which Disadvantaged Group And Is Your Firm Certified Under Section 8(a) Of The Small Business Act? is Your Firm A Certified Hub Zone Firm? is Your Firm A Woman-owned Or Operated Business? is Your Firm A Certified Service-disabled Veteran-owned? is Your Product Listed On A General Services Administration (gsa) Schedule? do You Have Other Dod Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers? For Agencies Using This Product, How Many Units Have Been Delivered In The Past 90 Days after The Review Of The Responses To This Sources Sought Announcement, The Usn Will Determine Whether Or Not To Proceed With A Solicitation Announcement. Responses To This Sources Sought Synopsis Are Not Adequate Responses To Any Future Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation In Addition To Responding To This Sources Sought Synopsis. Responses To This Sources Sought Synopsis Are Not A Request To Be Added To A Prospective Offerors List Or To Receive A Copy Of The Solicitation.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Nurse Advice/nurse Triage Telephone Services tracking Number: Ss-gsu-25-0005 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301;crownpoint Health Care Facility,hwy Junction 57, Rt9, Crownpoint, Nm 87313; Andkayenta Health Center, Hwy 160 S Mile Post 394.3,kayenta, Az 86033 Is Seeking Capable Sources For Nurse Advice/nurse Triage Telephone Services the Anticipated Period Of Performance Is 06/01/2025 Through 05/31/2030. See Below For Full Service Performance: base Period: 06/01/2025 - 05/31/2026 1st Option Period: 06/01/2026 - 05/31/2027 2nd Option Period: 06/01/2027 - 05/31/2028 3rd Option Period: 06/01/2028 – 05/31/2029 4th Option Period: 06/01/2029 - 05/31/2030 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621399 With A Small Business Size Standard Of $10.0 Million. 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, 2024; 10:00 A.m. (mdt). 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: 621399 With A Small Business Size Standard Of $10.0 Million 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: Adrian Segay, Contract Specialist Adrian.segay@ihs.gov place Of Performance: Gallup Indian Medical Center 516 E. Nizhoni Blvd Gallup, Nm 87301 Crownpoint Health Care Facility Hwy Junction 57, Rt9 Crownpoint, Nm 87313 Kayenta Health Center Hwy 160 S Mile Post 394.3 Kayenta, Az 86033 this Is Not A Solicitation.
Closing Date18 Jan 2025
Tender AmountRefer Documents 
4151-4160 of 4939 archived Tenders