Survey Tenders

Survey Tenders

Survey Of Bangladesh Tender

Goods
Others
Bangladesh
Closing Date20 Jan 2025
Tender AmountBDT 18.9 Million (USD 155.5 K)
This is an estimated amount, exact amount may vary.
Purchaser Name: Survey Of Bangladesh | E-gp-83: 2024-25 Storage Procurement Of Storage And Related Goods

Survey Of India - SOI Tender

Auction
Scraps
India
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Survey Of India | Disposal Of Condemned Items Through Tender Cum E Auction

Survey Of India - SOI Tender

Goods
GEM
Corrigendum : Corrigendum Added
India
Closing Date15 Jan 2025
Tender AmountINR 47.9 Million (USD 547.5 K)
This is an estimated amount, exact amount may vary.
Purchaser Name: Survey Of India | CATEGORY: Digital Automatic Level (Q3)

Survey Of India - SOI Tender

Services
Housekeeping Services
GEM
India
Closing Date20 Jan 2025
Tender AmountINR 2.5 Million (USD 28.5 K)
Purchaser Name: Survey Of India | CATEGORY: Cleaning, Sanitation and Disinfection Service - Outcome Based - Office/Commercial/Institutions/Residential; General Cleaning Sweeping Mopping Dusting Deep Cleaning Scrubbing Vegetation Cutting; Indoor Outdoor

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Small Business Sources Sought Notice Representing A Market Survey And Is Not A Request For Proposals, Proposal Abstracts, Quotations Or Invitation For Bids â  the Department Of Veterans Affairs Is Conducting A Sources Sought To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Service-disabled Veteran-owned, Veteran-owned, Small Business, Hub Zone 8(a), Women-owned, Or Small Disadvantaged Business Concerns; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. Small Businesses Concerns Shall Be Capable Of Providing The Necessary Equipment And Personnel To Furnish Service In The Volume Required For All The Items Under This Contract. Contractor Shall Meet All Requirements Of Federal, State Or City Codes Regarding Operations Of This Type Of Service. the Naics Code Is 492110 (size Standard: 1500 Employees) the Intent Of This Notice Is To Determine The Availability Of Qualified Commercial Sources Technically Capable Of Providing The Columbia Va Medical Center Located At 6439 Garners Ferry Rd., Columbia, Sc, With Courier Services As Described Below: general Information: 1. Title Of Project: courier Services 2. Scope Of Work: the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Wjb Dorn Medical Center. B. 24 Hour/7 Days A Week Including Holidays And Weekends. C. All Travel Is For (in And Around) Columbia, Sc. D. Contractor Shall Provide Pricing For Mileage More Than 50 Miles. 3. Period Of Performance: Begins On The Date Of Award And Continue For A Period Of One Year With The Government Having The Option To Renew For Four One-year Options. Base Year + 4 Option Year base Year: mar 1, 2025 Feb 28, 2026 1st Option Period mar 1, 2026 Feb 28, 2027 2nd Option Period mar 1, 2027 Feb 28, 2028 3rd Option Period mar 1, 2028 Feb 28, 2029 4th Option Period mar 1, 2029 Feb 28, 2030 4. Payment Terms: Net 30 Days After Receipt Of Properly Prepared Invoice. 5. Place Of Performance: Wjb Dorn Vamc 6439 Garners Ferry Rd. Columbia, Sc 29209 6. Performance Requirements: the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Dorn Medical Center. twenty-four (24) Hour And Seven (7) Days A Week, Monday Thru Sunday, Coverage Is Required To Include Holidays And Weekends. Federal Holidays Are Defined As: New Year S Day, Martin Luther King Jr. Birthday, Washington S Birthday, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. When A Holiday Falls On A Sunday, The Following Monday Will Be Observed As A Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed By U. S. Government Agencies. all Travel Is Within 100 Miles Of The City Of Columbia, Sc. general Requirements: the Contractor Shall Provide Pick-up And Delivery Services Seven Days Per Week, 24 Hours A Day, Including Holidays And Weekends. the Contractor Shall Deliver Medical Supplies, Prescription Medication, Medical Records, Radiology Results On Cd Or Film, And Laboratory Specimens And Cultures And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary. Pick Up And/or Delivery Will Be Made Within 45 Minutes Of The Requested Time. the Contractor Is Required To Be Certified To Transport Hazardous Material Due To The Possibility Of Transporting Laboratory Specimens. drop Off/pickup Locations And Poc Numbers Include, But Not Limited To: A. Emergency Department, Building 100, Extension 7466. B. After-hours Pick-up And Delivery (after 4:00pm Daily Weekends And Holidays) Will Be To The Administrative Officer Of The Day (aod) Office, Building 100 Located At The Emergency Department, Extension 7200 Or 7201. C. Travel Office (8:00 Am-4:00pm Monday Thru Friday, Excluding Federal Holidays) Building 100, Extension 7156 Or 7181. D. Pharmacy Service, Building 100, Extension 6730 And 7215. (8:00am-4:00pm), And 7219 (4:00pm-8:00am). dorn Vamc Reserves The Right To Adjust The Hours And Locations As Needed. The Cor Will Notify The Contractor Within Two Days If There Are Any Additions Or Changes. the Contractor Is Not Responsible For Any Special Supplies Or Equipment Needed To Deliver Packages To Other Facilities. This Shall Be Provided By The Va Staff. the Contractor Is Responsible For Ensuring The Safe Delivery Of Specimen, Supplies And Accompanied Staff Member. contractor Is Responsible For Training Transport Personnel In Appropriate Safety And Transporting Procedures Suitable For Hazardous Material Transports. quality Control: the Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify, Prevent, And Remedy And Ensure Non-recurrence Of Unsatisfactory Services. the Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Cor Of The Complaint And Resolution. the Contractor Shall Immediately Notify The Cor Upon Receipt Of A Customer Complaint In Order That Joint Validation May Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance. contractor Courier/drivers the Contractor Shall Be Responsible For Furnishing All Vehicles, Personnel, Equipment And Supplies, Vehicle Fuel, Uniforms, Name Tags, And/or Badges For Performance Of Services Under This Contract. as A Non-personal Services Contract, Contractor Personnel Are Not To Be Considered Va Employees For Any Purpose. Contractor Retains All Control Over Personnel And Responsibility For Direct Supervision. the Vehicle Used In The Performance Of This Contract Must Be Licensed And Meet The Minimum Requirements By The States And Cities Operated Therein. contractor Will Ensure That All Drivers Utilized Under This Contract Will Be Licensed In Accordance With The Laws Of The State Of South Carolina, For The Transportation Purposes For Which This Contract Is Intended. contractor Personnel Shall Wear Visible Identification Always While On The Premises Of Any Federal Property. a Record Of Each Driver As To Character And Physical Capabilities For Performing As A Courier Must Be Maintained And Made Available To The Department Of Veterans Affairs Medical Center Upon Request For Inspection. the Contractor Personnel Performing Services To The Government Shall Always Conduct Themselves In A Professional Manner, Present A Neat Appearance And Be Easily Recognized As A Contract Employee By Having The Company Name Affixed To The Clothing Uniform. contractor Vehicles: contractor Will Maintain Registration, Licensing And Insurance As Required By The State Of South Carolina On All Vehicles Utilized Under This Contract, For The Transportation Purposes For Which His Contract Is Intended. contractor Will Ensure That All Vehicles Are Designed And Sized Appropriately To Provide Services Descried In This Contract. All Vehicles Must Be Maintained In Accordance With Manufacturers Recommendations And Title 56 Chapter 5 Article 35 Of South Carolina Law. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas In Accordance With State And Federal Laws. security Requirements: the Contractor And Their Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Policies As Va Personnel, Regarding Information And Information System Security. These Include But Are Not Limited To Federal Information Security Management Act (fism), Appendix Iii Of Omb Circular A-130, And Guidance And Standards, Available From The Department Of Commerce S National Institute Of Standards And Technology (nist). potential Offerors Having The Skills, Experience, Professional Qualifications, And Capabilities Necessary To Perform The Described Requirement Are Invited To Provide A Capabilities Statement Via E-mail. The Capability Statements Shall Not Exceed Three (3) Pages And Must Include The Following: 1) Company Name And Point Of Contact Information (address, Telephone, E-mail, Web-site, Etc.); 2) Duns Number And Cage Code; 3) Small Business Size/certification (to Include 8(a), Hub Zone, Sdvosb, Etc.); And (4) Familiarity And Product Knowledge. responses Are Due No Later Than 12:00pm Est, Monday, January 16, 2025, And Shall Be Electronically Submitted To: Monica.reed@va.gov. All Responses Will Be Used To Determine The Appropriate Acquisition Strategy For A Potential Future Acquisition. Response Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow-up Information Requests.

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date12 Jan 2025
Tender AmountRefer Documents 
Details: The Navsup Fleet Logistics Center, Puget Sound Is Conducting A Market Survey To Determine The Interest And Capability Of Industry To Participate In A Competitive Acquisition For The Hydro Pneumatic Submarine Fenders And Accessories As Follows: technical Specifications: (2) New Hydro-pneumatic Submarine Fenders (black); Meeting Iso Standards 17357-1:2014 size: 4.5 X 9.0m Long And 3.3m Diameter X 10.6m Length yokohama, Original, Vertically Positioned, 0.8kgf/cm² Internal Pressure (0.5kgf/cm² Operating Pressure) minimum Burst Pressures Shall Be No Less Than 5.7 Kgf/cm² installed Psi Gauges modified Top Plate That Allows For Testing Of The Safety Valve In Operation each Hydro-pneumatic Submarine Fender Body Is To Be Constructed With An Outer Rubber Layer, Reinforcing Cord Layers And An Inner Rubber Layer all Three Layers Are To Be Bonded Together By A Combination Of Heat And Pressure Over A Period Of Time In A Vulcanizing Oven to Provide Maximum Strength And Safety, The Outer Skin Of A Submarine Fender Must Be Thicker Than The Normal Surface Fender once Completed, The Fenders Are To Be Pressure Tested Before Release flange Openings Shall Be Sited At The Top End Of The Fender In Order To Facilitate Watercharge And Discharge fender Shall Be Fitted With A Safety Valve To Enable Excess Pressure To Be Released, Shouldover-compression Or Over-inflation Occur minimum Accessories Per Fender: (1)counterweight 8 No 17-ton Safety Bow Shackles 2 X 12 M Lengths Of 40 Mm Open Link Chain 1 X 20 M Length Of 32 Mm Open Link Chain 3 X Chain Links @ 38 Mm 2 X 6 M Lengths Of Layflat Hose 1 X 35-ton Safety Bow Shackle 2. Testing 2.1 The Manufacturer Shall Perform All Hydro-pneumatic Fender Testing And Successfully Meet The Requirements Of Iso 17357:2002. 3. Preservation, Packaging, Packing & Marking Requirements: 3.1 All Hydro-pneumatic Fenders Shall Be Marked In Accordance With Clause 10 Of Iso 17357:2002(e), Which Includes: -size (diameter And Length) -initial Internal Pressure -date Of Manufacture Or Its Abbreviation -full Or Abbreviated Name Of Manufacturer -individual Serial Number -type Of Reinforcement Layer -for The Markings Of The Manufacturer, For Internal Pressure Rating And Size, Letter Heights Shall Be 100 Mm Minimum And Of A Suitable Finish To Enable Clear Identification. -marking/numbering Of Fender Storage And Installation Containers Shall Be According To Iso 6346, And The Date-made And Manufacturer Shall Be Identified By Additional Marking. fenders Are Required To Be Original Brand Name Only Yokohama Brand And Must Fully Comply With Iso 17357-1:2014 Delivery For Use Shall Be Naval Base Kitsap, Bremerton, Wa. commander Navy Region Northwest (cnrnw) Port Operations Is A Service-oriented Program That Directly Contributes To The Current And Future Readiness Of The Fleet. Port Operation’s Job Is To Help Provide “installation Ready To Support Taskings” And Thereby Enhance Readiness Of The Fleet Through Berthing And Hotel Services, Port Logistics, Port Operations Center, Tug And Small Craft Services, Magnetic Silencing Facility, Oil Spill Response And Recovery. in Order To Maintain Consistent And Reliable Shore Support, Cnrnw Requires The Replacement Of It’s Berthing Equipment As Required Due To Regular Use And Ecological Wear. fleet Logistics Center Puget Sound Anticipates Awarding A Single Firm-fixed-price Contract For These Commercial Supplies. the Naics Code For This Acquisition Is 325212, Synthetic Rubber Manufacturing, And The Size Standard Is 1,000 Employees. These Services Are Highly Technical And Are Not Covered By The Service Contract Act. The Purpose Of This Notice Is To Gather Information About Available Businesses That Can Provide The Required Supplies In Accordance With The Salient Characteristics Included The Attached Statement Of Work (sow). in Response To This Sources Sought Synopsis, Please Provide, Via E-mail Only; Your Cage, Point Of Contact To Include A Phone Number And Email Address, And Whether Your Company Is Large, Small, Disabled Vet, Woman Owned, Sdb, Or Hub Zone. Interested Parties Are Allowed To Submit A Capabilities Statement Which Does Not Exceed 5 Single Spaced Pages/times New Roman Font/12pt. Capabilities Shall Include A Clear Demonstration Of Successful Performance In The Same Or Similar Skills And Expertise Areas As Well As, The Contractor’s Resources In Cleared Personnel, And Intellectual Property, If Applicable. Please Note Experience And Capabilities Specific To The Requirement Set Forth In The Sow. No Brochures Please. this Synopsis Is Not A Request For Proposal. It Is A Market Research Tool Being Utilized To Determine The Availability And Adequacy Of Potential Competitive Sources Prior To Issuing A Request For Proposal (rfp). the Government Is Not Obligated To And Will Not Pay For Information Received As A Result Of This Synopsis. A Draft Statement Of Work Is Attached. interested Parties Should Submit Above Information In Electronic Microsoft Word Or Pdf Format To The Contract Specialist, Nicole Logan, Via Email To: Nicole.d.logan.civ@us.navy.mil . Submissions Must Be Received Via Email No Later Than The Date And Time Listed In This Synopsis. Questions Or Comments Regarding This Notice Shall Be Addressed To The Contract Specialist In Writing And Via Email Only. No Phone Calls Will Be Accepted.

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
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. Reynolds Army Health Center, (rahc), Fort Sill, Ok 73503 Has An Upcoming New Requirement For A Contract For An 8-man Audiometric (hearing) Booth To Facilitate Health Care Support. This Is An Fy 25 Requirement. key Features And Salient Characteristics: audiometric (hearing) Booth 8-person Multi-station Audiometric (hearing) Booth a. Must Have A Double Wall b. Must Be Pre-wired Jack Panel With Cable Pass-thru. c. Must Have An Acoustic Floor. d. Must Be Switch-activated With An Led Illuminations System. e. Must Be Acoustically Engineered With Roof-mounted Ventilation. f. Must Have A Sound Secure Patient Viewing Window. g. Features Carpeting With Cove Base Trim. h. Must Have Hospital-grade Recessed Electrical Devices. i. This Standard Specifies Maximum Permissible Ambient Noise Levels (mpanls) Allowed In An Audiometric Test Room That Produce Negligible Masking (р2 Db) Of Test Signals Presented At Reference Equivalent Threshold Levels Specified In Ansi S3.6-1996american National Standard Specification Of Audiometers. The Mpanls Are Specified From 125 To 8000 Hz In Octave And One-third Octave Band Intervals For Two Audiometric Testing Conditions (ears Covered And Ears Not Covered) And For Three Test Frequency Ranges (125 To 8000 Hz, 250 To 8000 Hz, And 500 To 8000 Hz). The Standard Is Intended For Use By All Persons Testing Hearing And For Distributors, Installers, Designers, And Manufacturers Of Audiometric Test Rooms. This Standard Is A Revision Of Ansi S3.1-1991 American National Standard Maximum Permissible Ambient Noise Levels For Audiometric Test Rooms. j. The Audiometer Shall Have A Computer, And Facilitates Test That Can Be Done Automatically, Semi-automatically, Or Manually. k. Unit Can Be Used In Mobile Applications. l. Uses For Screening Audiologic Examinations. m. Contractor Must Be Able To Custom Fit The Audiometric (hearing) Booth In The Government’s Specified Space For Usage. n. Provide Audiometric (hearing) Booth Installation, And Verification Of Operability. o. Provide Training On Usage. p. Provide Two (2) Operator Manuals (also 1 In Digital Format) q. Provide One (1) Service Manual (also In Digital Format) r. Provide Warranty For Equipment And Services. equipment Consists Of The Following: description Quantity 8-man Custom Audiometric Booth 1 Ea. audiometric (hearing) Booth Installation (with Training) 1 Ea. shipping 1 Ea. delivery Date: Estimated 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 Supplies. 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. •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 Meet Personnel Requirements. •offeror's Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror's In-house Capability To Execute The Required Transcription Services - Provide At Least Three (3) Examples. Documentation Of Appropriate Services Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Means To Compete For This Acquisition. •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 Offeror Shall Respond To This Sources Sought Notice No Later Than The Response Time Indicated In This Sam.gov Posting. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award Of Government Contracts. Fax Or Email Your Response Perry J. Cannon, Contract Specialist At Email: Perry.j.cannon.civ@health.mil. Please Label The Email, “panhca-25-p-0000 005855” – Audiometric Booth [vendor’s Cage Code]”. telephonic Inquiries Will Not Be Honored. Email Is The Only Method.

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1. east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17. south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20. west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24. minimum Sq. Ft. (aboa):23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). 115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building. parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition). for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. subleases Are Not Acceptable. 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 10, 2025, 5:00 Pm Edt market Survey (estimated): January 15, 2025 occupancy (estimated): September 30, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information: lease Contracting Officer: Eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216. project Description: the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units. dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services: biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage. clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: kathryn Allison contract Specialist kathryn.allison@va.gov secondary Point Of Contact: dean Flanders contracting Officer dean.flanders@va.gov

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 22.4 Million (USD 383.2 K)
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 Twenty-two Million Four Hundred Seven Thousand Nine Hundred Sixty-one Pesos And 66/100 (p22,407,961.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 1 (contract No. Nia12-infra-skimo-2025-02) 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 Remove And Replace Of Canal At Lateral D-4 (sta. 0+000-0+150, Sta. 0+610 - 0+650, Sta.1+273 - 1+280, Sta. 1+680 - 2+010, 2+075.50 - 2+359, Sta.2+575 -2+580, Sta.2+760 - 2+800, Sta. 2+995 -3+290, Sta. 3+305 - 3+660, Dsta.3+670 - 4+260, 4+680 - 4+740) L = 2,045.50 M And 5.0 Units Canal Structures. 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. 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 - 5 Hp Plate 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.
4631-4640 of 5370 archived Tenders