Survey Tenders

Survey Tenders

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: tx city: grand Prairie delineated Area: north: Texas 183 South east: Texas 161 South south: E Abram Street west: Texas 360 minimum Sq. Ft. (aboa): 12,769 maximum Sq. Ft. (aboa): 13,269 space Type: office parking Spaces (total): 20 parking Spaces (secured Surface): 3 parking Spaces (secured Surface Or Structured): 17 full Term: 17 Years firm Term: 15 Years additional Requirements: parking Required To Be Located Within 500 Walkable Feet To An Entrance To The Building offered Space Shall Not Be Part Of A Retail Shopping Center offered Space Shall Not Be Located Within 250 Feet Of A Residential Area, Hotel, School, Religious Center, Shopping Mall, Or Areas Where People Congregate As Determined By The Lease Contracting Officer explosives Safe Will Be Required On-site safe Can Be Located Outside (covered), In A Parking Structure, Basement, Or Inside The Leased Space antenna Will Be Required To Be Located On Building (roof Access And Dedicated Space Required) mat Room (500 Aboa Sf) Will Require 10’ Ceiling the Following Space Configurations Will Not Be Considered: Extremely Long Or Narrow Runs Of Space, Irregularly Shaped Space Configurations, Or Other Unusual Building Features Adversely Affecting Usage. the Space Will Be Occupied By A Law Enforcement Agency. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year”” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: (1) Name Of Owner; (2) Age Of Building; (3) Total Existing Gross Square Feet, And Gross Square Feet Per Floor; (4) Site Plan Depicting The Building And Parking; (5) Floor Plan And Gross Square Footage Of Proposed Space; (6) Identification Of On-site Parking; (7) Address Or Described Location Of Building; (8) Location On Map Demonstrating The Building Lies Within The Delineated Area; (9) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop; (10) Evidence Of Ownership, If Building Submitted By Owner. Non-owners (e.g.brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property; (11) Any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And (12) Provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due: 1/25/25, 5:00pm Ct market Survey (estimated): tbd occupancy (estimated): may 2026 send Expressions Of Interest To: name/title: edward “teddy” Seifert address: 2445 M Street Nw, Suite 510 Washington, Dc 20037 phone: 315-825-1875 email Address: edward.seifert@gsa.gov government Contact Information lease Contracting Officer michael Noye leasing Specialist aaron Laboon broker teddy Seifert
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Item No. Qty. Unit Items & Description Unit Price Total Amount Brand/ Model Supply Of Labor And Materials For The Construction Of Multi-crop Drying Pavement At Brgy. Bitas, Arayat, Pampanga Physical Target: 420 Sq.m. Project Duration: 45 Calendar Days, Inclusive Of 9 Unworkable Days Scope Of Work Part I Other General Requirements 1.00 Ls B.9 Mobilization And Demobilization 1.00 Ls B.4(1) Construction Survey And Staking 1.00 Ls B.7(2) Occupational Safety And Health 1.00 Ea B.5 Project Billboard Part 1i Multi-crop Drying Pavement Fca Counterpart 100(1) Clearing And Grubbing Fca Counterpart 102 Surplus Excavation 5.16 Cu.m. 103(1)a Structure Excavation (common Soil) Fca Counterpart 104 Embankment 420.00 Sq.m. 105(1)a Subgrade Preparation (common Material) 22.31 Cu.m. 300 (1) Gravel Surface Course 966.83 Kg 404 (1)a Reinforcing Steel Deformed (grade 40) 46.11 Cu.m. 405 (1) Structural Concrete For Footing And Slab On Fill W/o Forms Part Iii Project Monument 0.40 Cu.m. 103(1)a Structure Excavation (common Soil) 1.00 Ea B.4(8) Project Marker (plate) 3.89 Sq.m. 1027(1) Cement Plaster Finish 6.59 Sq.m. 1032(1)a Painting Works (masonry Painting) 6.60 Sq.m. 1046(a1) 100 Mm Chb Non Load Bearing (including Reinforcing Steel) Technical Personnel 1 Project Engineer 1 Material Engineer 1 Safety Officer 1 Foreman Non Technical Personnel 4 Skilled Laborer 9 Unskilled Laborer Heavy Equipment Needed 1 Leased Hauling Truck Light Equipment Needed 1 Owned/leased Bagger Mixer 1 Owned/leased Bar Cutter 1 Owned/leased Bar Bender 1 Owned/leased Plate Compactor ** For Cy 2025 Postharvest Facilities Of Corn Program For Drying Of Corn Kernels And Cassava Granules To Minimize Postharvest Losses And Maintain Its High Quality Grand Total Bid Amount In Words Approved Budget For The Contract (abc) Five Hundred Thousand Pesos (php500,000.00) Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date6 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)

MUNICIPALITY OF VALENCIA Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Municipality Of Valencia, Through The 20% Df – Cy 2025 Intends To Apply The Sum Of Eight Hundred Sixteen Thousand Two Hundred Twenty-two Pesos And 79/100 Only (₱ 816,222.79) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Balayagmanok Road At Purok 1 With Pow No.25-01-0002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Scope Of Work: Amount: 1. General Requirements 1.1 Temporary Facilities 12,705.00 1.2 Project Billboard/signboard 6,342.82 1.3 Occupational Safety And Health Program 12,705.00 1.4 Mobilization And Demobilization 10,500.00 1.5 Construction Survey & Staking 16,781.10 2. Earth Works 2.1 Clearing And Grubbing (with Stripping) 44,817.07 2.2 Subgrade Preparation 53,307.54 2.3 Aggregate Subbase Course 197,161.28 2.4 Portland Cement Concrete Pavement 461,902.98 (unreinforced) 0.15 M. Thick Total Contract Cost: ₱ 816,222.79 2. The Municipality Of Valencia Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Forty-five (45) 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 Municipality Of Valencia, Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20,2025 From Given Address And Website/s Below In The Amount Of One Thousand Pesos Only (1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Valencia Will Hold A Pre-bid Conference On January 28, 2025 At Bac Office At 2:00 Pm, If Applicable And/or Through Videoconferencing/webcasting Via Zoom Or Messenger, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 12, 2025 At 2:00 Pm. 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 February 12, 2025 At 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Valencia Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date12 Feb 2025
Tender AmountPHP 816.2 K (USD 14 K)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: 1. Notice: This Is Not A Solicitation But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. 1.1 The Purpose Of This Sources Sought Is Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Which Has A Corresponding Size Standard Of $34m. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Interested In All Small Business To Include 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns. The Government Requests That Interested Parties Respond To This Notice If Applicable And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners. 1.2 This Sources Sought Synopsis Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U.s. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. 2. Program Details: the Air Force Is Issuing This Repair Sources Sought Announcement As Part Of A Market Research Survey To Determine If Additional Sources Exist That Could Become Qualified For Repair And Restoration Of The F-16 Advanced Interference Blanker Unit (aibu). The Contractor Would Be Required To Repair And Restore The Aibu To A Serviceable Condition, But Not Like New Cosmetically. Responses To This Notice Shall Consist Of An Initial White Paper (not To Exceed 3 Pages) Describing The Offeror’s Capabilities With Regard To Trouble Shooting, Testing And Repairing The F-16 Items. the Specific Parts Involved Are As Follows: fsc Niin Mmac Part # Nsn# 5895 01-347-8037 Wf 5188110-004 5895-01-347-8037 5895 01-308-0933 Wf 5188110-005 5895-01-308-0933 5895 01-357-0739 Wf 5188110-007 5895-01-357-0739 5895 01-331-0720 Wf 5188110-006, 5188110-008 5895-01-331-0720 interested Organizations Who Feel They Possess The Necessary Capabilities Should Respond By Providing The Government The Following Information: A Point Of Contact, Address, Telephone, And Fax Numbers, Email Address, Duns Number, Cage Code, And/or Tax Id Number, As Well As Size Category, (large, Small, Small Disadvantaged, Etc.), A Brief Summary Of The Companies Capabilities, Description Of Facilities, Personnel, Related Manufacturing Experience, And Existing Safety Approvals (refer To The White Paper Listed Above). provide Any Supporting Information Such As Commercial Literature, Catalogues, Manuals, Etc. If A Respondent Chooses To Utilize The Services Of Sub-tier Vendors Or Subcontractors, Those Vendors Or Subcontractors Must Meet The Criteria Specified Herein As Well. responses To This Notice Are Due On Or Before 5:00 Pm Mst January 10, 2025. All Information Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Nongovernment Personnel And Entities. please Send All Correspondence To The Following: Alan Gibson, Via Email At Alan.gibson@us.af.mil, Or Call At (801)775-2659 And Paige Lapoint, Via Email At Paige.lapoint@us.af.mil, Or Call At (801)586-2947.
Closing Date11 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow-up Information Requests. this Is A Sources Sought Synopsis Announcement, A Market Survey For Information To Be Used For Preliminary Planning Purposes. The Information Received Will Be Used To Facilitate The Decision-making Process. The Intent Of This Notice Is To Identify Potential Offerors And To Determine Whether To Set-aside The Requirement For Small Business Concerns For The Upcoming Solicitation. naval Facilities Engineering Systems Command Mid-atlantic, Fead Cherry Point, Is Specifically Seeking 8(a) Small Businesses, Hubzone Small Businesses, Service-disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, Or Other Small Businesses With Current Relevant Qualifications, Experience, Personnel, And Capabilities To Perform The Proposed Requirement. the Work Includes Construction Of New Range Operations Center And Incidental Related Work Including Locating Underground Utilities, Construction Of A New Ismt Addition, Construction Of A New Training Shelter, Demolition Of Building 990, 1659 And 4647, Purchasing And Installation Of Furniture, Fixtures, Equipment (ff&e) And Ff&e Design Services. this Project Magnitude Is Estimated To Be Between $5,000,000 And $10,000,000. potential Procurement Method: Sealed Bidding the Total Term Of The Contract Will Be 550 Days. the North American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction With A Small Business Size Standard Of $45,000,000.00. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Proposed Contract Listed Here Is Being Considered For A Set-aside. Interested Small Business Concerns Should, Indicate Interest In The Acquisition By Providing To The Contracting Office Above Evidence Of Capability To Perform And A Positive Statement Of Eligibility As A Small Business Concern. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. The Evidence Of Capability To Perform Should Include A Minimum Of 3 Similar Projects. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firms Contact Information, Including Duns Number, Cage Code, Bonding Capacity, And A Statement Regarding Small Business Designation And Status. 2. Type Of Business: Identify Whether Your Firm Is An 8(a) Small Businesses, Hubzone Small Businesses, Service-disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, Or Other Small Business Concern. If You Are Proposing As An 8(a) Mentor Protégé, Please Provide A Copy Of The Sba Approval Of The Mentor Protégé Agreement. For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Https://www.sba.gov. 3. Experience: Submit A Minimum Of Three (3) Similar Projects Completed In The Past Seven (7) Years That Best Demonstrate Your Experience On Project That Are Similar In Size, Scope And Complexity. responses Are Due On 31 January 2025 By 2:00 P.m. Eastern Time. Submissions Shall Only Be Submitted Electronically To Kimberly Lacy Via Email At Kimberly.c.lacy.civ@us.navy.mil. Submissions Must Be Limited To 10mb Attachment. Responses Received After The Deadline Or Without Required Information Will Not Be Considered. Telephone Calls Will Not Be Accepted. offerors/bidders Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov When It Becomes Available.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
United States
Description: Sources Sought automated Mat Casting At Richardson Landing, Tn introduction: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. the Government Is Seeking Qualified, Experienced Sources Capable Of Executing A Design Build Contract To Develop An Automated Casting Plant At Richardson Landing To Mass Produce Articulated Concrete Mattress (acm) Squares To Government Specifications Within Specific Tolerances. Squares Cast Will Be Stored On The Current Casting Field And Have Must Have A Compressive Design Strength Of 3,000 Psi At 28 Days. background: Annually, The United States Army Corps Of Engineers (usace) Mississippi Valley Division Casts Approximately 150,000 Squares Of Acm At 3 Government Furnished Locations (see Figure 1). The Acm Is Used As Revetment To Maintain Channel Stability For The Lower Mississippi River. Casting Acm Has Historically Been Provided Via Manual Labor And Cast Outdoors As Weather Permits. articulated Concrete Mattress – Current Process: an Articulated Concrete Mattress Square Consists Of 16 Individual Concrete Blocks (4 Feet X 18 Inches X 3 Inches Thick). They Are Currently Cast In Government Furnished Forms Upon A Proprietary Wire Mesh To Form An Articulated Concrete Mattress Square (4 Feet X 25 Feet X 3 Inches) That Is Used As An Assembly System For Interconnecting The 16 Concrete Blocks. A Mix Design Is Used To Acquire 3,000 Psi On A 28-day Cylinder Break. squares Of Mattress Are Cast In Stacks Of 13 That Are Neatly Aligned Vertically And By Rows (see Figure 2). One Layer Of Specified Paper Is Placed As A Separation Beneath The Bottom Square Of Each Stack And Between Each Successive Layer Of Mattress. The Current Process Requires The Wire Mesh To Be Placed On The Paper With The Cross Wires (bracket Wires) On Top Of The Longitudinal Wires. The Forms Are Then Placed Over The Wire Mesh, The Wire Mesh Drawn Up Into The Notches In The Sides And Cross Pieces Of The Forms, And Cross Rods Driven. The Central Location Of The Wire Mesh In The Form Is Very Important. Also, The Mat Surface Is Consequently Grooved To Provide Indentations Of Approximately 1/4 Inch In Depth And 1/8-inch Width. the Process Includes The Concrete Compacted To The Depth Of A Government Furnished Form By The Use Of Vibration. The Concrete Is Properly Consolidated With No Rock Pockets, Excessive Voids Or Honeycombs Visible On The Mat Surface. The Concrete Is Struck Flush With The Top Of The Forms And Given A Uniform Surface Finish And Uniform Thickness. Any Squares Not Meeting Government Furnished Specifications Are Rejected. requirements: the Contractor Shall Design And Develop A Semi-automated Casting Facility On The Grounds Of The Exiting Government Casting Yard That Can Produce A Minimum Of 50,000 Squares Per Calendar Year Per Shift With The Maximum Capability Of 150,000 Squares Annually With 3 Shifts. The Main Goals Of This Project Include: year-round, Indoor Casting Capability With No Weather-related Quality Issues During Production scalable Based On Number Of Operating Shifts reduced Touchpoints Via Automation high Quality, Increased Production, Improved Efficiency And Consistency improved Safety skilled Labor And Reduced Work Force require Fewer Forms (improved Consistency) heat/steam Curing To Reduce Cement Usage, Decrease Co2, And Higher Strength In A Shorter Timeframe modern Batching System Will Be More Efficient And Provide A Constant Mix Design eliminate The Use Of Separation Paper Between Squares the New Automated Facility Will Cast Acm Using Coarse And Fine Aggregate, Portland Cement, Fly Ash, Air-entraining Admixtures, And Calcium Chloride To Produce Articulated Concrete Squares, To Government Specifications. Squares Of Mattress Shall Be Provided In Stacks Of Up To 14 That Are Neatly Aligned Vertically And Will Be Placed In The Storage Yard In Rows By The Operational Contractor Using Government Furnished High Lift Cranes. Squares Cast Will Be Identical With Minimal Tolerance And Have Compressive Design Strength Of 3,000 Psi At 28 Days. Quality Is The Utmost Importance. Steam Curing And Other Technologies For Concrete Preparation Will Be Included While The Overall Design And Specifications Of The Mattress Will Remain The Same. the Design Of The Automated Facility Will Be Part Of The Contract And Will Ensure That The Facility Design Has Been Adequately Coordinated Between All Disciplines. Specifically, The Capacity Of The Infrastructure Within The Facility Shall Be Designed To Meet The Demands Of The Equipment Within The Facility. The Design Will Be A Two-phase Design Build Project And Will Require The Contractor To Procure Automation Equipment That Meets All “buy American” Requirements And The Design Will Meet All Required Policies For A Dod Facility. Several Of The Main Required Policies Are Listed Below: department Of Defense (2019). Unified Facilities Criteria, Facilities Criteria And Unified Facilities Guide Specifications, Mil-std-3007g. department Of Defense (2024). Dod Building Code, Ufc 1-200-01. department Of The Army (1999). Engineering And Design For Civil Works Projects, Er 1110-2-1150. department Of The Army (2024). Safety And Occupational Health (soh) Requirements, Em 385-1-1. dod Design Criteria: Https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc all Designs Shall Be In Accordance With All Local, State, And Federal Laws And Regulations. interested Firms Should Submit A Capabilities Package To Include The Following: The Prime Firm And/or Its Subcontractor(s) (hereinafter Referred To Collectively As “firm”) Shall Have Relevant Experience In Mass Production Of Casting Concrete Products. The Firm Shall Demonstrate Experience Using Pre-cast Concrete. This Experience Must Have Been Performed Within The Last Five Years. firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number And E-mail Address. firm’s Prior Experience In Pre-cast Concrete. firm’s Capability To Perform A Contract Of This Magnitude (> $20m) And Complexity. firm’s Business Size (small Business, Large Business, .etc.) And Bonding Capacity. firms Overall Approach To The Requirements Listed Above. the Firm’s Capability For Performing A Design Build Contract For The Entirety Of This Requirement (facility And Equipment). any Assumptions Or Constraints In The Overall Execution Plan. a Rough Order Of Magnitude (rom) Estimate For The Completed Project. interested Firm’s Shall Respond To This Sources Sought Announcement No Later Than 12:00pm Cst, 5 January 2025. All Interested Firms Must Be Registered In Sam. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation.
Closing Date5 Jan 2025
Tender AmountRefer Documents 

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Description Quantity Unit Part A - Facilitie For The Engineers A.1.1 (6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) 12.00 Month A.1.1 (11) Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer 1.00 Lump Sum A.1.2 (2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis 12.00 Month Part B - Other General Requirments B.4 (10) Miscellaneous Survey And Staking 1.00 Lump Sum B.5 Project Billboard 2.00 Each B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lump Sum Part C - Earthworks 100(1) Clearing & Grubbing (with Stripping) 13,968.00 Sq.m. 101(3)b2 Removal Of Exisiting Concrete Pavement (0.20m Thk) 5,440.00 Sq.m. 102(2) Surplus Common Excavation 52,380.00 Cu.m. 102(3)a Surplus Rock Excavation (soft) 10,000.00 Cu.m. 102(3)b Surplus Rock Excavation (hard) - Blasting 2,227.00 Cu.m. 103(1)a Structure Excavation (common Soil) 1,110.00 Cu.m. 103(6)a Pipe Culvert And Drain Excavation 145.20 Cu.m. 104(1)a Embankment (from Excavation) 8,032.00 Cu.m. 105(1)a Subgrade Preparation 13,968.00 Sq.m. Part D - Subbase And Base Course 200 Aggregate Subbase Course 4,190.40 Cu.m. Part E - Surface Cources 300(1) Gravel Surface Course 698.40 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. 10,650.60 Sq.m. Part G - Drainage And Slope Protection Structures 500(1)b3 Reinforced Concrete Pipe Culverts, 910mm Dia. 80.00 Ln.m. 502(3)a3 Catch Basins 8.00 Ea. 506 Stone Masonry 2,405.00 Cu.m. Equipment Needed (minimum): 1 Unit Backhoe (0.80 Cu.m.) 4 Units Transit Mixer 1 Unit Concrete Screeder (5.5 Hp) 1 Unit Backhoe W/ Breaker (0.80 Cu.m.) 1 Unit Backhoe, Wheel Mounted (26 Cu.m.) 1 Unit Concrete Vibrator 1 Unit Bulldozer W/ Ripper, Dx175 1 Unit Water Truck (16000l) 1 Unit Plate Compactor (5 Hp) 1 Unit Bulldozer, Dx175 1 Unit Boom Truck 1 Unit Bar Bender, Three Phase 1 Unit Motorized Road Grader, G710a 1 Unit One Bagger Mixer 1 Unit Bar Cutter, Single Phase 1 Unit Vibratory Roller (10m.t.), Sd100dc 1 Unit Pneumatic Drilling Machine 1 Unit Payloder (1.5 Cu.m.), Lx80-2c 1 Unit Rtk W/ Complete Accessories 1 Unit Cargo Truck (9-10 Mt.) 1 Unit Air Compressor 3 Units Dump Truck (12 Cu.yd) 1 Unit Concrete Saw, 14''ø Blade
Closing Date13 Jan 2025
Tender AmountPHP 50 Million (USD 856 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: The Department Of Veterans Affairs Network Contracting Office (nco) 19, Oklahoma Va Health Care System Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Parties Having An Interest In, And The Resources To Support This Requirement For Intellispace Hemo Xper Software/equipment Pm & Repair For The Oklahoma Va Health Care System Located At 921 Ne 13th St, Oklahoma City, Ok 73104. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance; Size Standard $34 Million. this Is A Request For Information And Sources Only, Which May Or May Not Lead To A Future Solicitation! This Is Not A Solicitation. 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. Contractor Shall Provide All Labor, Parts, Supplies And Equipment Necessary To Perform Intellispace Hemo Xper Software/equipment Pm & Repair. Services Shall Include But Are Not Limited To The Following: equipment: The Following Systems Of Equipment Require Service Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts. equipment description brand & Model original Equipment Manufacturer (oem) serial Number va pmi Number cardiology Software intellispace Hemo Xper Software philips - - oem-trained Technicians To Perform Oem-standard Services On Equipment In This Pws. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included. performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly). software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va. parts: All Parts Will Be O.e.m. Recommended Parts the Contract Shall Be Effective For A One-year Base Period, With Four (1) One-year Options, To Be Exercised At The Government S Discretion. based On The Responses To This Sources Sought Notice, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. Submission Instructions: If Your Organization Can Provide These Services And Is Interested In This Opportunity, Please Respond To Shanta Harrison, Contract Specialist, Department Of Veterans Affairs, Nco 19 Via E-mail At Shanta.harrison@va.gov With A Statement Describing Your Capabilities. The Capability Statement Shall Include A Point Of Contact, Complete Mailing Address, Telephone Number, Email Address, And State The Company S Business Size Status And Should Address This Specific Requirement, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. Please Be As Thorough As Possible In Your Submission, And Include Information On Any Multiple Award Schedule Contracts Your Company Hold. Requests For Copies Of A Solicitation Will Not Be Honored Or Acknowledged. The Deadline For Responses Is Tuesday, January 28, 2025 At 05:00 Pm Mountain Time.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:texas city:irving delineated Area: north: I-635 Loop; east: I-635 Loop; south: I-20; west: President George Bush Turnpike. sq. Ft. (aboa):56,280 space Type:office parking Spaces (total):171 parking Spaces (structured/secured):171 parking Spaces (reserved):171 full Term:17 Years firm Term:15 Years option Term:n/a additional Requirements: the Space Will Be Occupied By A Law Enforcement Agency. all Parking Spaces Shall Have The Ability To Be Gated/fenced-in. all Offered Spaces Are Subject To A Security Assessment. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Irving, Texas That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To Thebuilding You Propose For Consideration. all Submissions Should Include The Following Information: (1) Name Of Owner; (2) Age Of Building; (3) Total Existing Gross Square Feet, And Gross Square Feet Per Floor; (4) Site Plan Depicting The Building And Parking; (5) Floor Plan And Gross Square Footage Of Proposed Space; (6) Identification Of On-site Parking; (7) Address Or Described Location Of Building; (8) Location On Map Demonstrating The Building Lies Within The Delineated Area; (9) A Narrative And Map Describing Proximity Of The Building To The Nearest Busand/or Train Stop, And Major Transportation Routes; (10) Evidence Of Ownership, If Building Submitted By Owner. Non-owners (e.g.brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submitthe Property; (11) Any Information Related To Title Issues, Easements, Or Restrictions On The Useof The Building; And (12) Provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due:february 5, 2025 market Survey (estimated):late February/early March 2025 occupancy (estimated):june 1, 2027 send Expressions Of Interest To: name/title:brad Seifert, Broker Contractor address:2445 M Street, Nw, Suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:bradford.seifert@gsa.gov and To: name/title:hunter Powell, Broker Contractor address:2445 M Street, Nw, Suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:hunter.powell@gsa.gov government Contact Information lease Contracting Officer:michael Noye project Manager:sandy Martinez broker:public Properties
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Security and Emergency Services
United States
Details: The Intent Of This Notice Is To Identify Qualified And Interested Offerors For Information And Planning Purposes. The Information Received Will Be Utilized Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. naval Facilities Engineering Systems Command, Far East (navfac Fe) Facilities Engineering Acquisition Division (fead) Yokosuka Is Seeking Potential Sources To Preventive Maintenance And Inspection Services For Fire Protection And Intrusion Detection Systems By Recurring And Non-recurring Items At Commander Fleet Activities Yokosuka, Japan. the Anticipated Scope Of Work May Include The Following Efforts:the Contractor Shall Provide All Labor, Management, Supervision, Tools, Material, And Equipment Required To Perform Facility Investment (fi) Services For Fire Protection System And Intrusion Detection Systems (ids) At Navy Region Japan To Include The U.s. Naval Installations In Kanto Plain, Japan. all Maintenance And Repair Shall Be Performed By Personnel Trained And Certified By The Original Equipment Manufacturer (oem) And By Personnel Who Possess Appropriate License Or Certification. the Contractor Shall Maintain, Repair, And Alter Building Systems To Ensure They Are Fully Functional And In Normal Working Condition. examples Of Work Include, But Not Limited To: Repair Sprinkler Systems, Replace Facp (fire Alarm Control Panel), Replace Auxiliary Tank Gate And Check Valves, Replace End Devices Such As Detectors With New Ones, Replace Fire Protection System End Test Valve And Sus Jacket, Replace Water Motor Gong. the North American Industry Classification System (naics) Code For This Procurement Is 561210, Facilities Support Services, With An Annual Size Standard Of $47.0m. tentative Dates For This Acquisition (subject To Change): request For Proposal Issuance: On Or About February 28, 2025. contractor Requirements:any Contract Resulting From This Solicitation Will Be Awarded And Performed In Its Entirety In The Country Of Japan. Contractors Are Required To Provide The Following Information Prior To Award Of Contract: 1. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Non-japanese Contractors Must Provide Proof Of Eligibility To Do Work In Japan, I.e. License, Government Documentation, Etc. status Of Forces Agreement:the U.s. Government Will Consider Designating Eligible Employee(s) As "members Of The Civilian Component" Under Article I(b) Of The Sofa. submission Requirements:interested Firms Should Submit A Brief Capabilities Statement Package Using Enclosure (1), Market Survey Questionnaire, To Demonstrate Capabilities, Capacity And Experience. respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Navfac Fe Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. please Respond To This Sources Sought Announcement Electronically To Junko Miyachi At Junko.miyachi.ln@us.navy.mil No Later Than 10:30 Hours, Japan Standard Time (jst) On 11 February 2025. No Telephone Calls Or Facsimiles Will Be Accepted. responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Announcement Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date11 Feb 2025
Tender AmountRefer Documents 
5721-5730 of 6949 archived Tenders