Survey Tenders
Survey Tenders
US GEOLOGICAL SURVEY USA Tender
Environmental Service
United States
Purchaser Name: US GEOLOGICAL SURVEY USA | Details: Surface Water Database Cleanup Request For Quoteintroductionthis Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations/proposals Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Effective 01/17/2025. This Acquisition Is Set Aside For Small Businesses Only.descriptionthe Us Geological Survey Oregon Water Science Center Requires Services For Cleanup Of A Surface Water Database As Described In The Attached Statement Of Work. The Usgs Requires A Base Year And 1 Option Year. Submission Of Proposalsall Services Will Be Performed In Portland, Or. Relevent Informationthe North American Industry Classification System (naics) Code 541690 Other Scientific And Technical Consulting Services, And Associated Size Standard 17 Applies To This Announcement, Along With Product Service Code B533 Special Studies/analysis-water Qualityall Questions Must Be Sent Directly To Rlujan@usgs.gov By 02/07/2025. Quotes Shall Only Be Accepted Through Electronic Mail Addressed To The Contract Specialist At Rlujan@usgs.gov All Proposal Documents Required By This Solicitation Must Be Uploaded And Received In Their Entirety No Later Than 02/14/2025 At 0800 Hrs Central. Proposals Submitted By Hardcopy, Or Any Web Portal Shall Not Be Accepted Or Considered. Offerors Are To Include A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation As Seen In The Evaluation Factors (see Attachment). This May Include Literature, References, Or Other Documents, If Necessary.for Further Information, Please Contact Rupert Lujan, Contract Specialist At Rlujan@usgs.gov
Closing Date14 Feb 2025
Tender AmountRefer Documents
The City Of Venus 06 Tender
Civil And Construction...+2Civil Works Others, Excavation
France
Description: This Consultation Has As Its Subject Missions Services Divided Into 6 Lots: Lot 1: Technical Control In Accordance With Article L.111-23 Of The Construction And Housing Code, Lot 2: Health Safety And Protection Coordinator (csps), In Accordance With Article L.111-23 Of The Construction And Housing Code. The Operations Will Be Category 2 Or 3 Within The Meaning Of Article R. 4532-1 Of The Labor Code, Lot 3: Topographic Surveys, Lot 4: Geotechnical Studies According To Standard Nf P94-500 Lot 5: Site Diagnostics, Lot 6: Structural Diagnostics.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Translink Tender
Services
Civil And Construction...+1Drainage Work
United Kingdom
Details: Fw112 Drainage And Interceptor Maintenance-translink Wish To Appoint A Suitably Qualified Contractor To Be Responsible For The The Provision Of Assessment, Surveying And Maintenance Of Drainage Infrastructure, And Emergency Spill Response Services. This Will Include The Compilation And Labelling Of Assets Within The Translink Estate. Your Response Must Be Submitted Via The Relevant Call For Tender (cft) On The Etendersni Portal. Instructions On How To Submit Your Response Can Be Found Within The Interactive Walkthrough On The Etendersni Homepage. No Other Method Of Submission Will Be Accepted.
Closing Date20 Jan 2025
Tender AmountGBP 10 Million (USD 12.2 Million)
Department Of Public Works And Highways Tender
Real Estate Service
Philippines
Details: Description Request For Proposal January 30, 2025 Dear Sir/madam, In Order To Determine The Appropriate Price Offer For The Acquisition Of Right-of-way (row) Consistent With The Guidelines Set Forth Under Ra 10752 And Its Irr, The Dpwh Will Be Engaging The Services Of A Government Financial Institution, Through Competitive Process. Pursuant To Ra 9184 And Its Revised Irr And Taking Into Consideration The Moa Entered Into By The Lbp And The Dpwh, We Respectfully Invite You To Submit Your Financial Proposal For The Following Project: A. Contract Id No. 24csk012 Or The Contract For The Real Property Appraisal Services For Properties Affected By The Projects: 1. Convergence And Special Support Program (cssp), Major/ Strategic Public Building/ Facilities Structural And Resilience Program, Construction Of Airport Facility (camiguin Airport Runway), Barangay Lumad, Mambajao, Camiguin, Camiguin Lone District With The Following Relevant Information: Location Mambajao, Camiguin No. Of Lots 119 Parcels Of Lots Duration 66 Calendar Days Amount Of Abc Php 969,208.25 Attached, For Your Reference, Are The Following Documents Which Are Necessary For The Conduct Of The Said Appraisal: A. Masterlist Of The Affected Properties/claimants Indicating The Following Corresponding Data: 1. Title Number 2. Tax Declaration Number 3. Lot Number/block Number/survey Number 4. Lot Area 5. Affected Area 6. Registered Owner/claimants B. Parcellary/ Survey Plans Showing The Position Of The Row Alignment Of The Project And Reflecting As Well The Affected Properties; And C. Terms Of Reference. The Financial Proposal Shall Include The Following: 1. Compliance With The Requirements Of The Terms Of Reference, Specifically On The Following: A. Desired Outputs; B. Standards And Specifications; And C. Duration Of Services And Timetable For Delivery Of Outputs And Payment Fees. 2. Duly Signed Financial Proposal Submission Form. The Gfi That Submits The Lower Total Financial Proposal Shall Be Selected For Award To Perform The Appraisal Services. Thus, All Particulars Relative To The Award Of The Contract Shall Be Governed By The Provisions Of Ra 10752 And Its Irr, As Well As Ra 9184 And Its Revised Irr, Where Applicable. Please Be Reminded That The Deadline And Significant Time For The Submission Of The Financial Proposal Shall Be On February 10, 2025 At 10:00 Am. Any Request For Additional Information Concerning This Matter Shall Be Directed To The Following: Virgie G. Nayve, Aer Victorio T. Sajelan Chief, Construction Division Engineer Iv Bac-chairman Head- Bac Secretariat Hoping For Your Participation. Very Truly Yours, Virgie G. Nayve, Aer Chief, Construction Division Bac Chairman R10: Jcv/vts/vgn
Closing Date10 Feb 2025
Tender AmountPHP 969.2 K (USD 16.7 K)
TJSB Sahakari Bank Limited Tender
Auction
Real Estate Service
Corrigendum : Closing Date Modified
India
Details: I) All That Shop/chamber Bearing No. T-1 To T-7 And T-11 & T-12 Total Admeasuring About 371.6 Sq.mtrs. Built Up Area Alongwith Terrace 223.37 Sq.mtrs. Area On The Third Floor Of The Building Known As “dharmpeth Towers” Apartment Constructed On The Nit Leasehold Plot No.209 Admeasuring About 836.12 Sq Mtr (9000 Sq .ft) Bearing City Survey No.298 , Sheet No.24/29 Of Mouza:- Ambazari, Bearing Municipal House No.200 T-1 To T-7/t-11+t-12 Ward No. 70, Circle No 20, Division No 8, Situated At West High Court Road , Nagpur Tah & Dist Nagpur Alongwith The 11.698 % Undivided Share And Interest In The Above Said Plot No.209 The Above Plot Is Bounded As Under:- On East: Conservancy Lane. On West: West High Court Road. On North: Anand Bhandar.(plot No.208) On South: Suhubh Commercial Complex. (plot No. 210) (common Property For M/s. Shanark Industrial Company & M/s.czaar Restaurants Pvt. Ltd. & M/s. Meerakle Hospitality Pvt. Ltd.) Ii) All That Shop Commercial/apartment No.t-10 Admeasuring About 23.12 Sq.mtrs Built Up Area On The Third Floor Known As “dharmpeth Towers” Apartment Constructed On Nit Leasehold Plot Number 209 Admeasuring About 836.12 Sq. Mt (9000.00) Sq. Feet Bearing City Survey No. 298, Sheet No.29/30 Of Mouza Ambazari Municipal House No. 200/t/10, Ward No.70, Circle No 20, Division No 8, Situated At West High Court Road, Nagpur Tah And District Nagpur Alongwith The 1.10% Undivided Share And Interest In The Above Plot No. 209. The Above Plot Is Bounded As Under: - On East: Conservancy Lane. On West: West High Court Road.on North: Anand Bhandar. (plot No.208) On South: Shubh Commercial Complex. (plot No. 210) (common Security For M/s. Kale Gas Company & M/s. Meerakle Hospitality Pvt. Ltd.)
Closing Date11 Feb 2025
Tender AmountINR 84.1 Million (USD 960.9 K)
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Details: The New York District Has Solicited And Awarded A Design-bid-build Construction Project For The Subject Project In 2023.
this Notification Serves Three (3) Purposes:
a. To Notify Potential Suppliers Of The Government’s Intent To Solicit A Brand Name Only Component For This Project.
b. To Identify Potential Sources That Can Provide An Equivalent To The Brand Name Only Item.
c. Notification Of The Army’s Intent To Solicit A Brand Name Component As Described Below.
the Item Described Below, Under Summary Of Requirements, Is Embedded In The Construction Project. The Contract Was Issued As A Negotiated Procurement. Only The Component Described Below Will Be Sole Sourced, If No Other Sources Are Identified That Can Provide An Equivalent System. In The Event No Equivalent Sources Are Found, The Brand Name Only Justification Will Be Issued Pursuant To Far Part 6.302-1, Only One Responsible Source. A Subsequent Market Survey Will Not Be Published In Support Of A Justification And Approval For Sole Sourcing. Supplies Of The Brand Name Component Will Be Provided Directly To The Contractor And Not To The Government.
summary Of Requirement:
monaco Enterprises, Inc. Fire Alarm And Mass Notification System
the Usace Team For The Subject Project Is Proposing To Use Monaco Enterprises, Inc. For The Fire Alarm And Mass Notification (famn) System. The Design Requires An Addressable Integrated Famn System Control Panel That Incorporates Fire Monitoring, Addressable Point Reporting, Live Voice, And Prerecorded Mass Notification System (mns) Functions Into A Single Panel And Is Estimated To Cost $10,000. The Fort Drum Base Standard Is A Monaco Enterprises, Inc. Famn System. Therefore, A Monaco Panel Must Be Installed To Maintain Compatibility And Networkability With The Existing System On Base. The Use Of The Monaco Products Will Allow For Easy Integration And Communication With The Existing System And Will Not Require Additional Training For Facility Staff. Additionally, Monaco Products Are Compliant With The Buy American Act. Other Manufacturer Systems Will Not Be Compatible With The Existing System.
any Vendor That Wishes To Provide An Alternate Source To The Brand Name Above That Is Compatible With The Above Must Provide A Response With Data Supporting The Claim Within 15 Business Days Of This Announcement To New York District Corps Of Engineers, Contracting Division. This Is A Market Survey And Notification Of Intent Only. This Is Not A Request To Respond To A Solicitation. This Requirement Will Be Solicited At A Future Date. Joseph Mcmerty Technical Manager Engineering Management Branch
response Date: 30 January 2025 At 2:00 P.m. Est
please Email Responses To Mr. Mohenda Surage At Mohenda.r.surage@usace.army.mil
contracting Office Address:
room 16-300
26 Federal Plaza
new York, New York 10278-0090 United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Details: This Is A Sources Sought Notice Only. The Mission Installation Contracting Command (micc) Joint Base Lewis-mcchord (jblm), Washington Currently Intends To Award A Contract For Environmental Services For The 62nd Maintenance Group, On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Respond To This Sources Sought Synopsis With Information Sufficient To Support A Set-aside. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside.
this Sources Sought Is For Informational Purposes Only. This Is Not An “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract Because Of This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Respondent. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq), Invitation For Bid (ifb) Or Request For Proposal (rfp), If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe) Sam.gov
micc Jblm Is Seeking Responses From Interested Small Business Firms With Current And Relevant Qualifications, Experience, Personnel, And Capabilities Necessary To Supply The Equipment Described In This Announcement.
work Will Be Performed At Jblm In Washington State
the Naics Code Is: 562112, Hazardous Waste Collection
sba Size Standard $47m
in Response To This Sources Sought, Please Provide:
1. Complete Market Survey Questionnaire
2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
3.information To Help Determine If The Requirement (item Or Service) Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc.).
respondents Will Not Be Notified Individually Of The Results Of The Sources Sought.
all Responses Must Be Submitted Via Email To Ana-teresa.p.torres.civ@army.mil
the Response Date Is Wednesday, Jan 30, 2025 At 1100 Pst.
attachments:
attachment-1_marker Survey Questionnaire
attachment-2_ Performance Work Statement (pws)
Closing Date31 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Description: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By Tohatchi Health Center. This Notice Is Intended Strictly For Market Research To Determine If A 100% Set Aside For Small Business Indian Firms Or If A 100% Set Aside For Small Business Concerns Can Fulfill The Requirements Set Forth In This Request For Information.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (small Business Indian Firms Or Small Business). This Is A Request For Information Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Indian Health Services (ihs), Tohatchi Health Center Is Conducting A Market Survey To Help Determine The Availability Of The Following Item/service:
naics Code: 561320 Temporary Help Services
description: Pharmacist Services
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Required Documents.
the Responses To This Sources Sought Notice Market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
as A Minimum, The Following Information Is Required:
confirm The Buy-indian Set Aside Status You Qualify For Under Following Naics Code: 561320. Fill Out The Attached Self-representation Form.
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Uei Number And Cage Code.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed
customer Points Of Contact With Current Telephone Number And Email Address
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice.
point Of Contact:
melissa Lake, Contract Specialist
(505) 930-1975, Melissa.lake@ihs.gov
place Of Performance:
tohatchi Health Center
07 Chooshgai Drive
tohatchi, Nm 87325
country: Usa
this Is Not A Solicitation.
Closing Date6 Jan 2025
Tender AmountRefer Documents
South Western Railway - SWR Tender
Auction
Scraps
Ireps
India
Description: Scrap Condemned, Released And Unserviceable Linen Scrap Such As Bed Sheet Cotton, Polyester Bed Sheet, Hand Towel, Polyester Pillow Cover, Cotton Pillow Cover, Pillow 1st Ac, Pillow 2nd & 3rd Ac, Blanket On As Is Where Is Basis Under The Custody Of Sse-c&w-ypr. [a] Ds-8 No. 232117 Dated 30.11.2024. Total: 60.61 Mts Approx (1)bed Sheet Cotton Qty 97505 Nos/44.27 Mts (2) Polyester Bed Sheet Qty 647 Nos/0.29 Mts (3) Hand Towel Qty 28711 Nos/3.22 Mts (4)polyester Pillow Cover Qty 1762 Nos/0.13 Mts (5) Cotton Pillow Cover Qty 67866 Nos/4.89 Mts (6) Pillow 1st Ac Qty 60 Nos/0.03 Mts (7) Pillow 2nd & 3rd Ac Qty 3866 Nos /1.54 Mts (8) Blanket Qty 3575 Nos /6.24 Mts. Grand Total Quantity : 60.61 Mts Approx. [b] Location: I) Platform No 01 (tk End) At Linen Store 1st Floor. Note: (a) Segregation Is Not Permitted. (b) If Any Extraneous Material Found In The Lot, The Same Should Be Handed Over To The Custodian At The Time Of Delivery [d] Delivery On Actual Weighment Basis Only (e) The Purchasers Should Read Published Depot Conditions And Survey The Material For Road Approach, Location And Qty Before Bidding To The Lot. After Bidding No Correspondence Will Be Entertained. (f) Neighbouring Undeclared And Nfs Items Shall Not Be Disturbed.g) Humidity Or Moisture Factor Not Be Considered During Lot Delivery5)bidders Are Allowed To Pay Balance Sale Value(bsv) In Installments As Applicable Under Uniform E- Sale Conditions And Depot Conditions I.e 1 Installment For Lots Upto 5 Lakhs And 2 Installments Incase Of Lots Exceeding Rs. 5 Lakh And Upto Rs. 15 Lakh And 3 Installments Incase Of Lots Exceeding Rs. 15 Lakh. But Delivery Order Will Be Issued Only After Realization Of Payment Of Final Installment. 10) As Per Our Depot Condition Para 18 Delivery Will Given First Come First Serve Basis.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Description: This Is Not A Request For Either A Quote Or Proposal. This Announcement Is Considered Market Research In Accordance With Far Part 10. No Solicitation Is Being Issued At This Time.
the Dla Land And Maritime 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 The Following Requirements:
item: Solenoid, Electrical
nsn 5945-01-089-7649 Is To Be Procured In-accordance-with Drawings. Due To The Criticality Of The Item, Procurement Is Restricted To Sources Specified On The “source Controlled” Drawing. Rocker Industries (07797) And Ram Aviation Space & Defense (55725) Are Currently The Only Known Approved Sources For This Item. Once The Solicitation Is Issued, Dlad 52.217-9023 – Restriction Of Alternate Offers For Source Controlled Items Will Apply.
this Material Requires A First Article Test-contractor And Is Subject To Higher Level Contract Quality.
a Quantity Of 2100 Each Up To 3000 Each May Be Required And Will Be Shipped To A Dla Stocking Location.
note: The Cited Drawing Is A “source Controlled” Drawing And As Of The Date Of This Notice Only The Source(s) Cited On The Drawing Have Been Approved. Even Though Sources And Approved Part Numbers Are Provided, The Items Furnished Must Meet The Requirements Of The Cited Drawing. Any Potential Offerors Who Are Interested In Qualifying Their Products For Purpose Of Future Acquisitions Must Contact The Cognizant Design Activity Specified On The Source Controlled Drawing.
there May Be Additional Approved Sources That Have Not Been Reflected On The Drawing At This Time. These Sources Must Provide Documentation From The Contact The Cognizant Design Activity Specified On The Source Controlled Drawing, Indicating That Your Company Is Now An “approved” Source.
the Purpose Of This Synopsis Is To Locate Sources Interested In Becoming Approved Sources.
submission Instructions: Responses To This Request For Information (rfi) Must Be Sent To Christopher Wallace Via Email At Christopher.wallace@dla.mil By The Response Date Listed In This Synopsis And Should Include In Their Submission, Information On Their Products/services, Company, Cage Code, Capability, Company Size/profile, And Any Other Supportive Information. Respondents Will Be Placed On The Solicitation Mailing List.
this Rfi Is For Market Research Purposes Only. Any Information Submitted Is At The Company's Own Expense. The Government Will Not Reimburse Respondents For Any Costs Associated With Submission Of Capability Statements In Connection With The Market Survey. Any Information Provided Is Voluntary.
Closing Date11 Feb 2025
Tender AmountRefer Documents
5231-5240 of 6949 archived Tenders