Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Environmental Service
Corrigendum : Closing Date Modified
United States
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
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
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.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
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.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
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
Closing Date20 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.2 K)
Archaeological Survey Of India - ASI Tender
Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Purchaser Name: Archaeological Survey Of India | Conservation And Restoration Of Western Side Screen Wall Which Was Tilted Out Of The Plumb Along The Fountains At Bibi-ka-maqbara, Aurangabad
Closing Date2 Jan 2025
Tender AmountINR 3.4 Million (USD 40.6 K)
4671-4680 of 5388 archived Tenders