Survey Tenders
Survey Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amendment Is To Add The Pickup Locations As An Attachment the Intent Of This Sources Sought Is To Identify Qualified Small Businesses, Specifically 8(a), Hubzone, Woman-owned, And Service-disabled Veteran-owned Small Businesses, For The Requirement Described Below. The Intent Of This Sources Sought Is To Identify Capable Small Business That Can Perform With Limitations On Subcontracting.scope Of Work Will Consist Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup Point Listed On The Pickup Location Table (attachment 3) Of This Contract In.
far 52.52.219-14 Limitations On Subcontracting (deviation 2021-o0008) States The Offeror/contractor Agrees To Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Contractors May Be Subject To A Minimum $500,000 Fine If Awarded A Contract With This Clause And Are Not Meeting The Requirement. We Have Identified The Majority Of Rcra Tsdfs (treatment, Storage, Disposal Facilities) In The Industry As Large Businesses. All Tsdfs Used During The Performance Of This Contract Must Be Approved And Listed On The Qualified Facilities List (https://www.dla.mil/dispositionservices/offers/disposal/hazardouswaste/hazwastedisposal/). Given That There Is A Lack Of Small Business Ownership Of Tsdfs And That Disposal Costs Make Up A Large Portion Of The Contract Dollar Value, There Is A Reasonable Probability That A Small Business Would Pay More Than 50% Of The Cost Of The Contract To Large Businesses.
the Government Intends To Solicit Proposals On Sam.gov And Award A Firm-fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The Contract Is Anticipated To Have One 30-month Base Period, Followed By One 30-month Option Period. There Is No Solicitation Available At This Time. However, Attached Is The Draft Price Schedule And Pws That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Limitations On Subcontracting Requirements.
if Your Firm Is Capable Of Performing The Requested Services, Without The Limitations On Subcontracting, The Capabilities Package Detailed Below Is Not Required. In Accordance With Far 6.101(a), With Certain Limited Exceptions, Contracting Officers Shall Promote And Provide For Full And Open Competition In Soliciting Offers And Awarding Government Contracts. If Your Firm Would Like To Respond To This Sources Sought, But Is Unable To Meet The Limitations On Subcontracting, Please Email Ronald.hobbs@dla.mil With “sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line, Stating Your Firms’ Notification Of Interest (a Capabilities Package Is Not Required).
submission Requirements: Interested Firms Must Demonstrate Their Ability To Perform The Requested Services, Described Above, By Submitting A Brief Capabilities Package (no More Than Three Pages In Length, Single-spaced, 12-point Font Minimum). This Documentation Shall Identify, At A Minimum:
(1) Company Name, Office Location(s), Cage Code, And A Statement Identifying Small Business Category And Current Status Of The Small Business Classification.
(2) Relevant Experience Within The Last Five Years, Including Description Of The Work You Performed And How It Relates To The Scope Of Work Identified Above, Any Contract Number(s), Names Of Individuals Responsible For The Referenced Contracts/projects, And Current Telephone Numbers For Those Individuals; If You Were A Subcontractor, Identify The Work You Actually Performed As The Sub-contractor.
(3) A Statement Identifying Your Firm’s Ability To Perform In Accordance With Far 52.219-14 Limitations On Subcontracting (class Deviation 2021-o0008), As Well As An Explanation Of How You Would Be Able To Comply With This Requirement If You Are A Small Business Of Any Type Considering The Disposal Requirements Within The Draft Price Schedule That Is Anticipated To Be Included In The Contract; (note: Large Business Respondents Do Not Need To Address This).
(4) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract, Identifying Each Tsdf As Similarly Situated Or Not As Your Firm.
the Submittal Package Must Be Emailed To Ronald.hobbs@dla.mil And Hazardouscontractswest@dla.mil With“sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line. The Submittal Package Must Be Received No Later Than 3:00 Est On January 08, 2025. Late Responses Will Not Be Accepted.
upon Review Of Industry Response To This Sources Sought, The Government Will Determine Whether A Set-aside Acquisition Is In The Government's Best Interest. If An Unrestricted Solicitation Is Issued, Then The Class Deviation 2021-o0008 Limitations On Subcontracting Would Not Apply.
all Responsible Firms, Including Small Businesses, Are Eligible To Submit A Proposal In Response To An Unrestricted Solicitation. A Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 7.8 Million (USD 133.3 K)
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 7,820,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Lake Sebu Cis-resto Cis: Construction Of Protection Works @ Right Side, U/s Sta. 0+000-0+013.50, 13.50 Meters & Right Side, D/s Sta. 0+000-0+013.50 Meters, Protection Works @ Left Side, U/s Station 0+000-0+002.50-2.50 Meters & D/s Station 0+000-0+002.5-2.50 Meters , 1 Unit Solar Powered Pump Irrigation With Complete Facility & Accessories And Temporary Facility. (nia12 -scsimo -infra -2025-009). 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-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 – Electrical Engineer/electronic Engineer/technician, Completed At Least One (1) Similar Project 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 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind), 1 Ton 1 Unit – Welding Machine, 20-400amp 1 Unit – Generator Set, 11-15kw 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. 11. For Further Information, Please Refer To: Engr. Ronnie B. Tabaosares Bac Chairperson 9506/gensan Drive, Brgy. Concepcion Koronadal City, South Cotabato Tel. No. 083-228-1054
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Hanover delineated Area: Entire Town Limits Of Hanover, Ma. minimum Sq. Ft. (aboa): 6,160 maximum Sq. Ft. (aboa): 6,809 space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 15 Years - 180 Months firm Term: 10 Years – 120 Months option Term: N/a additional Requirements: 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 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. .agency Unique Requirements agency Tenant Improvement Allowance: $64.26 Per Aboa Sf building Specific Amortized Capital (bsac): $25.00 Per Aboa Sf additional Requirements: site Access Shall Be Via A Direct Route From A Primary Or Secondary Street. traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks. sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads. public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays. public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements. there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards. the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways. there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles. mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable. sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable. the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market. the Site Shall Not Be Located Below Grade. sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space. the Space Is Required To Be Contiguous. the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade. the Space May Not Be More Than Twice As Long As It Is Wide. the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space. ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction. sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc. the Site Shall Have Two Lines Of Windows For Natural Lighting. 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. reference Project Number:2ma0212 please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap expressions Of Interest Due: December 16, 2024 market Survey (estimated): Tbd occupancy (estimated): Tbd send Expressions Of Interest To: Clare Nawrocki 10 Causeway Street, 11th Fl., Boston, Ma 02222 617-513-1831 email Address: Clare.nawrocki@gsa.gov government Contact Information: lease Contracting Officer carrie Rosenman
USTRANSCOM USA Tender
Automobiles and Auto Parts
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: Note: The Requirements Under This Rfq Are In Addition To The Requirementsunder Rfq Htc71125qcc02, Posted 31 December 2024. for This Reqiuirement, Air Operators Do Not Need To Be Dod Carb Approved, Per Reference (a) And (b), To Submit Proposals For Chartered Air Services As The Aircraft Will Not Carry Department Of Defense (dod) Personnel Or Cargo. Two Pilots Are Required For All Flights, Even With Single Engine Aircraft If That Aircraft Supports A Second Pilot. the Aircraft Will Conduct Operations From Deadhorse Airport (iata: Scc/icao: Pasc) And Support Flights To Ice Floes Approximately 100 Nautical Miles (nm) To 225 Nm From The Airport In The Northern Direction (i.e. This Is One-way Distance From Deadhorse Airport And There Is No Fuel Available En Route Or At The Target Ice Floe). The Aircraft Must Be Equipped With Gps, Navigation, And Communication Equipment. Air Operators Are Expected To Procure Fuel For Their Aircraft. contractor Shall Conduct Charter Aircraft Service To Cover A Pioneering Landing. The Pioneering Landing Flight Is The Aircraft That Conducts The Initial Landing On The Sea-ice; There Is No Person On The Ice At This Time, The Snow/ice Is Not Groomed For A Runway Or Skiway (i.e. Unimproved Landing Site), And No Measured Ice Thickness Is Available (although Predicted Ice Thickness May Be Available). The Plane May Use Wheels, Skis, Or A Combination And Have Endurance Minimum Of Five Hours To Travel To Various Ice Floes, Which Have Been Selected By The Navy Through Satellite Imagery Analysis, Approximately 100 Nm To 225 Nm From Deadhorse Airport (scc) In Prudhoe Bay, Alaska. The Aircraft Must Be Able To Operate Without A Groomed Runway. The Aircraft Operator And Pilots Must Have Experience With Pioneering Landings. The Aircraft Must Be Able To Take Off And Land On The Sea-ice In Under 1,500 Feet But A Distance Of 1,000 Feet Or Less Is Highly Preferred. Conventional Landing Gear (i.e. Tail-wheel Gear) Equipped Aircraft Is Highly Preferred For This Operation. Preferred Aircraft For This Specific Operation Is The De Havilland Otter (dhc-3) With Wheel-ski Configuration. the Aircraft Shall Accommodate At Least Four Passengers, Although The Capability To Accommodate More Passengers Is Preferred. The Experienced Pilot Will Select A Suitable Landing Site On The Ice With The Guidance And Concurrence From An Onboard, Contracted Subject Matter Expert. The Aircraft Must Provide Payload Capacity For At Least 2,000 Lbs. To Accommodate Personnel And Equipment. Contracted Personnel May Bring Ice Augers, Scientific Equipment, Communications Equipment, Emergency Survival Gear, Electrical Generators, And Shelters. The Contracted Representative Will Provide Survival Gear (e.g. Survival Tent, Insulated Air Pads, Sleeping Bags, Iridium Phones With Gps) To Accommodate Passengers. it Is Expected That The Aircraft Will Remain On The Sea-ice For Approximately 1 – 3 Hours During Pioneering Flights To Conduct Ice Surveys. the Projected Service Period Will Be 23-26 February 2025. minimum Guaranteed Flight Hours: 15 Total Flight Hours. potential Total Flight Hours: 20 Total Flight Hours.
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: $45m Wosb Set-aside Idiq Matoc For Environmental Consulting Services (ecs). for Information Only: This Synopsis Is Only A Notification That A Solicitation Is Anticipated And Forthcoming. All Questions Regarding This Synposis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below. the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of An Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Environmental Consulting Services Resulting From Request For Proposal (rfp) W912dw25r1000. the Request For Proposal (rfp) Will Be Set-aside For Women-owned Small Businesses (wosb). The North American Industry Classification System (naics) Code Is 541620 Environmental Consulting Services With A $19m Size Standard.see Far Clause 52.219-14limitations On Subcontracting (deviation 2021-o0008) And52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program. project Description:
the Anticipated Idiq Will Consist Of A Five (5) Year Period (a Base Period Of 3 Years And Two 1-year Option Periods), Sharing A Total Combined Maximum Contract Capacity Of $45,000,000 For The Life Of All Contracts. The Primary Area Of Responsibility (aor) For The Anticipated Work Is The Seattle District (nws), Which Includes Washington, Oregon, Parts Of Idaho, And Western Montana. This Matoc Will Also Be Available For Use Across Any Of The Five Districts Of The Northwestern Division (nwd); The Other Four Districts Are Portland (nwp), Walla Walla (nww), Kansas City (nwk), And Omaha (nwo). The Nwd Aor Covers 14 States (washington, Oregon, Idaho, Montana, North Dakota, South Dakota, Minnesota, Wisconsin, Wyoming, Nebraska, Iowa, Colorado, Kansas, And Missouri). work Identified Under This Anticipated Procurement Will Require Expertise In National Environmental Policy Act (nepa) And All Other Environmental Laws And Executive Orders Considered During The Nepa Process. The Government Also Requires Expertise In Biology, Cultural, And Related Environmental Sciences To Assist With Compliance Of Environmental Laws. The Environmental Studies To Be Performed Under This Contract Will Cover Environmental Resources And Issues Throughout The Pacific Northwest Including, But Not Limited To, The Corps' Seattle District Area Of Responsibility Which May Include Work At Army, Air Force And Other Dept. Of Defense Installations. Type Of Work Anticipated Under This Matoc Includes Site-specific Cultural And Natural Field Surveys, Field Sampling, Monitoring And Data Analyses And Reporting; Nepa Environmental Planning And Impact Assessment; And Multimedia Environmental Compliance Assessment And Follow-up. Technical Support For Corps Projects Will Consist Primarily Of Studies Dealing With Fish, Plant, Cultural And Wildlife Species And Habitat Surveys, Sediment Collection, Chemical And Biological Testing Including Toxicological Interpretation, Associated Environmental Coordination And Preparation Of Required Nepa, Clean Water Act, National Historic Preservation Act (nhpa) And Other Compliance Documents Listed In The Next Paragraph. Studies Will Provide Primary Support For Ecosystem Restoration Projects, Water Resource Development Projects, Hydropower Operations And Maintenance, And Testing Of Potential Dredged Material, Reference Areas Or Sites, And Possibly Dredged Material Disposal. Work Will Include Coordination And Consultation With Corps Representatives For Design Analyses And Quality Assurance Plans, Sediment Collection, Storage And Transport, And Chain-of-custody For Chemical Analysis For Priority Pollutants. Studies Will Include Physical, Chemical, And Biological Testing And Evaluations In Inland Freshwater And Terrestrial Environments. Tests Required May Involve Data Collection For Aquatic Benthos, Fish, Wildlife And Plant Communities And Habitats, Performing Taxonomic Characterizations, Chemical Characterizations, And Physical Sediment Analyses. Work Will Also Include Providing Expert Toxicological Advice In The Evaluation Of Test Results. work Will Require Familiarity With All Applicable Regulations, Including Nepa, National Historic Preservation Act (nhpa), Comprehensive Environmental Response, Compensation, And Liability Act (cercla, Superfund), Endangered Species Act (esa), Migratory Bird Treaty Act (mbta), Bald And Golden Eagle Protection Act (bgepa), Magnuson-stevens Fishery Conservation And Management Act (msa), Marine Mammal Protection Act(mmpa), Fish And Wildlife Coordination Act (fwca), Sikes Act, Clean Water Act(cwa), Coastal Zone Management Act (czma), Model Toxics Control Act (mtca),dredged Material Management Program (dmmp), Washington, Oregon, Idaho And Montana State Sediment Management Standards (sms), And Other Pertinent Federal, State, And Local Laws And Regulations. offerors: On Or About, 14 January 2025, A Link To The Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r1000. No Cd’s Or Hard Copies Will Be Made Available. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp To Your “watchlist.” If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The “add Me To Interested Vendors” Button In The Listing For This Rfp. procurement Integrated Enterprise Environment (piee) Solicitation Module your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/. for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links: piee Registration: Https://piee.eb.mil/ note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov. piee Solicitation Module: training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; 'solicitation Module' - 'proposals (offers)' - 'posting Offer') for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Announcement **this Notice Is Being Sent For Market Research Purposes Only and Cannot Be Awarded.** anticipated Date To Be Published In Sam: 1/30/2025 anticipated Closing Date: 2/7/2025 poc Code/name: Heather Wiley telephone#: 540-742-8742 email Address: Heather.r.wiley2.civ@us.navy.mil fsc Code: J010, J016, J017, J028, J029, J035, J036, J043, J051, J052, J058, J059, J060, J066, J070, And J099. naics: 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance. this Is A Sources Sought Announcement Only Issued By Naval Surface Warfare Center Dahlgren Division (nswcdd). This Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Under No Obligation To Pay Direct Or Indirect Costs Or Charges That Arise As A Result Of Contractor Submission Of Responses To This Notice Or The Government’s Use Of Such Information. The Information Provided In This Document Is Subject To Change And Is Not Binding On The Government. nswcdd Is Conducting Market Research For Sources Sought For Evaluation, Repair And Calibration Services For Hardware Including Tektronix And Agilent Products. the Naval Surface Warfare Center Dahlgren Division (nswcdd) Is Soliciting Market Research Information From Industry On Its Ability To Provide Evaluation, Repair And Calibration Services Identified In The Draft Statement Of Work (sow) Including Sample Inventory Identified In Attachment A. Attachment A Identifies Potential Or Similar Hardware In Inventory That May Require Services. The Immediate Objective Is To Survey And Assess Interest From All Businesses Capable And Interested In Participating In This Effort. Responses To This Sources Sought Will Be Evaluated To Make This Determination. this Sources Sought Is Only For The Purpose Of Identifying Potential Sources As Part Of Market Research. No Request For Quote (rfq) Exists; Therefore, Do Not Request A Copy Of The Rfq. Responses To The Sources Sought Will Not Be Returned. responses To This Sources Sought Are Not Quotes On Which Nswcdd Can Issue Any Contract. This Sources Sought Is Issued For Information And Planning Purposes Only And Does Not Itself Constitute An Rfq. The Government Does Not Intend To Award A Contract, Or Bpas Based Only On Responses To This Sources Sought. all Information Received In Response To This Sources Sought Marked "proprietary" Will Be Protected And Handled Accordingly. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. the North American Industry Classification Systems (naics) Code Proposed For The Requirement Is 811310- Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance. any Potential Rfq Or Awards Would Be Posted On Sam.gov. Simplified Acquisition Procedures In Accordance With Far Part 13 Would Be Utilized. The Basis Of Award Would Be Lowest Price Technically Acceptable. Submitted Pricing Quotes Must Be Fob Destination, Inclusive Of Shipping. Award Would Be Firm Fixed Price. Items Must Be Taa Compliant. set-aside: The Opportunity Is Not Set Aside For Any Specific Small Business Category, Though The Notice Explicitly Invites Participation From Small Disadvantaged Businesses, Hubzone Firms, Certified 8(a), Service-disabled Veteran-owned Small Business, And Woman Owned Small Business. documents: A Draft Statement Of Work, Contract Data Requirements List (cdrl) And List Of Sample Inventory Are Attached To This Source Sought. It Is The Responsibility Of Any Potential Offeror To Monitor This Site For Additional Information Pertaining To This Requirement. request For Capability Statements: capability Statements Are Requested To Determine If Other Businesses Are Capable Of Performing This Work. All Businesses Capable Of Fully Satisfying The Requirements Described Above And Outlined In The Attachment Should Submit Capability Statements/expressions Of Interest Providing The Government The Necessary Information To Determine Actual Capability. interested Parties Are Requested To Provide A Coversheet With The Official Company Name, Cage Code, And Point Of Contact Including Name, Phone Number And Email Address. Cage Codes Will Be Used For Verification Of The Inclusion In The System For Award Management (sam); interested Parties Should Submit Documentation Addressing The Company’s Capabilities Supporting The Requirements Identified In The Attached Sow And Including Equipment Identified In Attachment A; a Summary Of Specific Past Performance On Same Or Similar Size And Scope Of Work Performed By The Offeror Within The Past Five (5) Years, Including A Description Of The Services Provided, The Dollar Value Of The Effort, And The Contract Number. all Questions Are To Be Submitted Via Email To The Contract Specialist: Heather Wiley, With The Email Titles To Include: "capability Statement Sources Sought For Tektronix Repairs" In Subject Line. responses Shall Be Provided By E-mail To Contract Specialist’s Heather Wiley No Later Than 1200 Est On 07 February 2025. Capability Statements Received After That Time May Not Be Considered For Purposes Of The Subsequent Request For Proposal. electronic Responses Must Be In Microsoft Word® Or Adobe Acrobat® Formats And The Font Size Shall Not Be Smaller Than 10 Point. companies Must Also Be Registered In The System For Award Management (sam.gov) To Be Considered A Potential Source. The Statement Of Capability Shall Be Unclassified. please Send Responses With The Subject Heading “tektronix Repairs” To Heather Wiley At: Heather.r.wiley2.civ@us.navy.mil By Friday, 07 February 2025 At 10:00 Am Et. note: This Sources Sought Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute An Invitation For Bids (ifb), A Request For Proposals (rfp), A Request For Quotes (rfq) Or An Indication That The Government Will Contract For Any Of The Items And/or Services Contained In This Notice.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. 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. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Contact Lenses Supplies To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1504975-pimc. requirement:
1. See Attachment, Pdf Contact Lenses Supply List delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics To This Procurement Is 339115, Ophthalmic Good Manufacturing, Size Standard 1,000 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A:
___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act
the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees.
definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:
The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;
The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And
The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians.
definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award 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 Supplies Are Invited To Submit A Response To This Sources Sought Notice By January 2, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1504975-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name.
2. Point Of Contact (name/title/telephone Number/e-mail Address).
3. Fss / Sewp Contract Number, If Applicable.
4. Duns Number Or Sam Unique Entity Identifier Number.
5. Tax Id Number.
6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies.
7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above.
9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer.
additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1.
to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:
Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,
Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status.
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact:
donovan Conley
contract Specialist
phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
2. Contact Supply List
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.2 K)
Details: Description Invitation To Bid For Rehabilitation Of Diversion Works And Construction Of Canalization Of Siocon Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-repaircis2025-016 (infra) Project Name : Siocon Cis Contract Location : Siocon, Zamboanga Del Norte Scope Of Works : Rehabilitation Of Diversion Works And Construction Of Canalization Approved Budget For The Contract (abc) : Php 9,563,790.66 Contract Duration : 151 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Cargo Truck 4 Tons 1 Backhoe 1 Cu.m 1 Dumptruck 8 Cu.m 2 Concrete Mixer 1 – Bagger 2 Concrete Vibrator 5 Hp 2 Plate Compactor 5 Hp 1 Water Truck 5,000 Ltrs 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Cargo Truck 4 Tons 1 Backhoe 1 Cu.m 1 Dumptruck 8 Cu.m 2 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I. Canalization Common Excavation (mechanized) 177.22 Cu.m Common Backfill (mechanized) 950.36 Cu.m Reinforcing Steel Bars, All Sizes 9,338.52 Kg Class B Concrete, 170 Kg/sq.m (2,400 Psi Plain Concrete) 212.28 Cu.m Gravel Bedding 142.78 Cu.m Selected Earthfill 101.83 Cu.m Grouted Riprap 75.81 Cu.m Rubble Masonry 21.62 Cu.m Ii. Diversion Works Structure Excavation (mechanized) 23.15 Cu.m Class A Concrete, 211 Kg/sq.m (3,000 Psi Plain Concrete) 36.56 Cu.m Reinforcing Steel Bars, All Sizes 1,359.34 Kg Selected Earthfill 176.52 Cu.m Gravel Bedding 28.32 Cu.m Concrete Demolition 10.00 Cu.m Iii. Project Billboard 1.00 Ls Iv. Temporary Works, Mobilization And Demobilization 1.00 Ls V. Occupational Construction Safety And Health 1.00 Ls
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Closing Date28 Jan 2025
Tender AmountRefer Documents
Description: Contract notice - general guideline, standard regulation Open procedure (services) Support services - Trafo.programm In connection with the planning, implementation and support of tasks and projects, there has been an increased need for external support as well as for current and future tasks and projects for Ekom21. Against this background, Ekom21 would like to procure various support services on the market on a framework agreement basis. The framework agreements are intended - without establishing an obligation to purchase - to cover the procurement needs of the entitled parties which have not yet been planned and specified in detail at the time of their conclusion by calling up the contractual services as needed. As part of Ekom21's internal transformation program Trafo, Ekom21 intends to procure general, cross-topic and specialist consulting and support services. The support services required consist of different specialist requirements, operational or advisory, as well as different qualification levels of the people to be deployed ("support staff" or "support staff") and essentially concern the following fields of activity and qualification levels (service category): Lot 1 - Control Lot 2 - Change management consulting Lot 3 - Cloud consulting Lot 4 - Strong employee connection Lot 5 - Transparent communication Lot 6 - Employee surveys Lot 7 - Portfolio and partner management Control Lot 1 - Control: It is intended to conclude a framework agreement with one (1) economic operator in Lot 1. The details can be found in the tender documents, in particular the contract conditions as well as the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 2400 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 3120 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Change management consulting Lot 2 - Change management consulting: It is intended to conclude a framework agreement with two (2) economic operators in Lot 2. The details can be found in the tender documents, in particular the contractual conditions, the service description and the price list. Over the standard contract term of the framework agreement in the announcement, the client estimates a purchase quantity of around 750 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1,000 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Cloud consulting Lot 3 - Cloud consulting: It is intended to conclude a framework agreement with three (3) economic operators in Lot 3. The details can be found in the tender documents, in particular the contractual conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approximately 1325 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1730 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Strong employee loyalty Lot 4 - Strong employee loyalty: It is intended to conclude a framework agreement with three (3) economic operators in Lot 4. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approximately 1500 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1950 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Transparent communication Lot 5 - Transparent communication: It is intended to conclude a framework agreement with one (1) economic operator in Lot 5. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 450 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 600 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Employee surveys Lot 6 - Transparent communication: It is intended to conclude a framework agreement with one (1) economic operator in Lot 6. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 400 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 520 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Portfolio and partner management Lot 7 - Portfolio and partner management: It is intended to conclude a framework agreement with two (2) economic operators in Lot 7. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approximately 765 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1,000 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements.
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Closing Date7 Feb 2025
Tender AmountRefer Documents
Description: Contract notice - general guideline, standard regulation Open procedure (services) Support services - Trafo.programm In connection with the planning, implementation and support of tasks and projects, there has been an increased need for external support as well as for current and future tasks and projects for Ekom21. Against this background, Ekom21 would like to procure various support services on the market on a framework agreement basis. The framework agreements are intended - without establishing an obligation to purchase - to cover the procurement needs of the entitled parties which have not yet been planned and specified in detail at the time of their conclusion by calling up the contractual services as needed. As part of Ekom21's internal transformation program Trafo, Ekom21 intends to procure general, cross-topic and specialist consulting and support services. The support services required consist of different specialist requirements, operational or advisory, as well as different qualification levels of the people to be deployed ("support staff" or "support staff") and essentially concern the following fields of activity and qualification levels (service category): Lot 1 - Control Lot 2 - Change management consulting Lot 3 - Cloud consulting Lot 4 - Strong employee connection Lot 5 - Transparent communication Lot 6 - Employee surveys Lot 7 - Portfolio and partner management Control Lot 1 - Control: It is intended to conclude a framework agreement with one (1) economic operator in Lot 1. The details can be found in the tender documents, in particular the contract conditions as well as the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 2400 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 3120 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Change management consulting Lot 2 - Change management consulting: It is intended to conclude a framework agreement with two (2) economic operators in Lot 2. The details can be found in the tender documents, in particular the contractual conditions, the service description and the price list. Over the standard contract term of the framework agreement in the announcement, the client estimates a purchase quantity of around 750 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1,000 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Cloud consulting Lot 3 - Cloud consulting: It is intended to conclude a framework agreement with three (3) economic operators in Lot 3. The details can be found in the tender documents, in particular the contractual conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approximately 1325 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1730 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Strong employee loyalty Lot 4 - Strong employee loyalty: It is intended to conclude a framework agreement with three (3) economic operators in Lot 4. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approximately 1500 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1950 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Transparent communication Lot 5 - Transparent communication: It is intended to conclude a framework agreement with one (1) economic operator in Lot 5. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 450 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 600 person days. The estimated purchase quantity is based on experience over the last few years, including estimated additional requirements. Employee surveys Lot 6 - Transparent communication: It is intended to conclude a framework agreement with one (1) economic operator in Lot 6. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the client estimates a purchase quantity of approx. 400 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 520 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements. Portfolio and partner management Lot 7 - Portfolio and partner management: It is intended to conclude a framework agreement with two (2) economic operators in Lot 7. The details can be found in the tender documents, in particular the contract terms and conditions, the service description and the price list. Over the standard contract term of the framework agreement in the notice, the contracting authority estimates a purchase quantity of approximately 765 person days for Ekom21. The maximum purchase quantity for this lot is set at a total of 1,000 person days. The estimated purchase quantity is based on the experience of the last few years, including estimated additional requirements.
4661-4670 of 5378 archived Tenders