Survey Tenders

Survey Tenders

Archaeological Survey Of India - ASI Tender

Works
Civil And Construction...+1Building Construction
Eprocure
India
Purchaser Name: Archaeological Survey Of India | Execution Of Work Upgradation Of Camp Office Building And Staff Quarters At Brihadisvara Temple At Gangai Konda Cholapuram For The Year 2024-25
Closing Date25 Feb 2025
Tender AmountINR 935.7 K (USD 10.8 K)

Archaeological Survey Of India - ASI Tender

Works
Civil And Construction...+1Excavation
Eprocure
India
Purchaser Name: Archaeological Survey Of India | Underground Cable Fiting In The Garden Use For Electric Lawn Mower Grass Cutting And Some Other Miscllaneous Work At B R Stupa, Kushinagar For The Year 2024-25
Closing Date20 Feb 2025
Tender AmountINR 241.6 K (USD 2.7 K)

Archaeological Survey Of India - ASI Tender

Goods
GEM
India
Purchaser Name: Archaeological Survey Of India | CATEGORY: Coconut brooms , Plastic buckets , Plastic mugs , Soft brooms , Plastic pots , Door mats , Floor cleaning stick , Dust bIns with wheels , BIG Brooms dust pan , Sickles , Dusdter cloth , 6 liver lock and keys , Cob web removers , Water pipe 1 inch dia of 30 mt length , Electrical LED tube lights , LED Bulbs , Electrical wire bundle , First Aid Box , Bamboo Basket , Hammer , Axes , Mineral water cans , Distilled water Bottles
Closing Date24 Feb 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Others
United States
Description: U.s. Department Of State bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Aviation Advisor location: Remote (place Of Performance Will Be The Selectee’s Home Of Record Within The United States) salary Level: Gs-14 (based On Opm Locality Pay For Selectee’s Home Of Record Within The United States) period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. issuance Date: 01/17/2025 closing Date: 02/03/2025 closing Time: 3:00 Pm Et solicitation Number: Psc-25-017-inl job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed) 2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include: a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. e. U.s. Citizenship note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration. 3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: Cecille D. Washington U.s. Department Of State Inl/ex/gapp Washingtoncd@state.gov sincerely, margaret R. Gaudreau contracting Officer u.s. Department Of State subject a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011) this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed): 1. Form Sf 171 (completed And Signed) 2. Resume 3. Evaluation Factor Responses 4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of: inl/cecille Washington e-mail: Washingtoncd@state.gov direct Questions Regarding This Solicitation To: inl/cecille Washington e-mail: Washingtoncd@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract mission Of The U.s. Department Of State: The U.s. Department Of State (dos) Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Dos. Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation. inl’s Office Of Aviation (inl/a) Provides Aviation Support, Under Chief Of Mission (com) Authority, To Meet Transportation And/or Foreign Assistance Aviation Program Requirements. Aviation Support Includes Fixed And Rotary Wing Travel In Support Of Com Personnel To Multiple Domestic And International Locations. Inl/a Supports The Libya External Office (leo) With The Transportation Of Com Personnel And Cargo From Tunis, Tunisia Into Numerous Locations Throughout Libya. One Dhc-8 Airplane Based Out Of Valletta, Malta Is Assigned To Support This Mission. The Aviation Advisor Plans, Coordinates, And Provides Oversight Of Flight Operations Through The Prime Contractor And Sub-contracted Flight Service Provider Originating From The Leo, Tunis, Tunisia. in Addition To Air Transportation Missions, Leo Air May Be Required To Perform Operations In Support Of Other Regional Agencies, Including, But Not Limited To, Com Personnel Movements, Tactical Site Survey Missions, Search And Rescue (sar) Missions, Quick Reaction Force (qrf) Transport, And Medical Evacuations. leo Air Uses One Fixed Wing Aircraft To Accomplish Its Mission. Aircraft Perform Their Missions During A Mission Window, Day And Night, As Well As Under Visual And Instrument Meteorological Conditions. the Purpose Of This Personal Services Contract Is To Fill The Position Of Aviation Advisor For The U.s. Mission To Libya (leo) Located In Tunis, Tunisia. The Aviation Advisor Serves As The Senior In-country Aviation Advisor And Provides Program Implementation, Direction, Mission Execution, Contract Oversight, Compliance, And Evaluation In Support Of All Dos Funded Aviation Transportation Services. This Aviation Advisor Position Is Based Domestically And Will Deploy During The Mission Window. The Aviation Advisor Serves In Two Broad Roles As The 1) Aviation Advisor And 2) Government Technical Monitor (gtm). The Aviation Advisor Is Responsible For Overall Management, Coordination, And Execution Of Aviation Resources Under Inl/a Contracts. The Gtm Monitors And Evaluates Aviation Support Contractor Performance In All Aviation Functional Areas, To Include Operations, Maintenance, Safety, And Logistics Through Performance Of Oversight Duties Ensuring Contractor Compliance With Inl/a Standards Of Performance. duties & Responsibilities under The Direct Supervision Of The Inl/a Director Or His/her Designee, The Aviation Advisor Will Perform The Following Duties: 1. Provide Oversight And Guidance To Fixed Wing Operations, Maintenance, And Logistics To Ensure Efficient And Safe Support For The Leo Needs, And Regional Support As Required. 2. Interface With Respective Embassy Stakeholders To Ensure Support For Their Respective Aviation Missions. 3. Draft Aviation Standard Operating Procedures (sops) And Other Documentation Pertaining To The Leo Air Program. 4. Optimize Passenger And/or Cargo Scheduling To Ensure Maximum Aircraft Utilization. 5. Interface With Other Agencies And Departments, Such As Un Organizations, Department Of Defense (dod), And Host Country/countries Officials, In The Coordination Of Actions To Further Leo Objectives. 6. Perform Oversight And Evaluation Of Contractor Operations, Maintenance, Logistics, And Safety Programs. Oversight Includes, But Is Not Limited To, Ensuring Compliance With Inl/a Policies, Procedures, Directives, Reviewing And Recommending Approval Of Waivers To Published Directives, Authorizing Use Of Program Aircraft, Reviewing Contractor Flight Operations Procedures, And Monitoring Contractor Pilot Proficiency. 7. Submit Regular Written Reports Of Contractor Performance And Activities To Inl/a And Provide Comprehensive Monthly Award Term Input To The Contracting Officer’s Representative (cor) Regarding Contractor Performance. 8. Direct And Coordinate Aircraft And Personnel Deployments In Support Of Com. 9. Act As A Point Of Contact For Flight Service Provider In Support Of Aviation Operations. 10. Develop, Coordinate, Organize, Implement, And Ensure Compliance With Comprehensive Operational Systems And Procedures In Support Of Leo’s Aviation Missions. Compliance Documentation For Operational Systems And Procedures Includes, But Is Not Limited To, The Dos Aircrew Training Program, Aviation Operations Directives, Guide To Aviation Training And Standardization, Aircrew Training Manuals, Safety Directives, Inl/a Approved Maintenance And Logistics Procedures, And Inl/a And Country-specific Sops. 11. Develop Operational Tactics And New Training Procedures (in Conjunction With Inl/a And Contractor Staff). This Includes, But Is Not Limited To, Night Vision Goggle (nvg) Operations, And Fixed Wing Passenger And Cargo Operations. 12. Serve As A Government Technical Monitor. Provide Operational Direction And Guidance To Contract Personnel. Prioritize Allocation Of Contractor Efforts And Workload To Meet Leo Requirements. Assess Contractor Manning By Skill Level Against Contract Requirements, Recommending Modifications As Needed. Plan Work, Set, And/or Negotiate Deadlines And Completion Dates, Review And Accept/reject Final Work, And Evaluate Contractor Performance Per The Worldwide Aviation Support Services Contract Quality Assurance Surveillance Plan. 13. Provide Advice And Instruction On Technical And Administrative Matters; Identify Developmental And Training Needs, Determine Ways To Improve Work Quality, And Enhance Overall Performance Standards For Both Usg And Contractor Personnel. 14. Collect, Review, And Disseminate Data On Aviation Tactics, Techniques, And Employment. Frequently Liaise With Inl/a, Dod, Dos, Diplomatic Security, Other Us Government (usg) Agencies, And The Us Federal Aviation Administration To Keep Abreast Of Current Policies, Procedures, And Rules Pertaining To Aviation Operations. 15. When Required, Perform The Role Of Duty Officer. 16. Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. training & Distance Learning Courses 1. Complete The Contracting Officer’s Representative (pa296) Distance Learning Course Through The Foreign Service Institute (fsi) Within 120 Days Of The Start Of The Contract. 2. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Through Fsi Prior To First Deployment To Support Missions. place Of Performance & Travel Requirements the Place Of Performance For This Position Will Be The Selectee’s Home Of Record Within The United States. Travel To Malta, Tunisia, And Libya Is Required. Travel To Other Countries In The Region (egypt, Algiers, Morocco, Italy) And United States May Be Required. telework this Position Has Been Designated As 100% Remote When Not Deployed For Missions. A Telework Agreement Will Outline The Specifics And Expectations, And Roles And Responsibilities That Govern Dos Teleworkers. government-furnished Equipment at The Telework Location, The Employee Is Expected To Provide Their Own Office Space. A Government Issued Laptop And Cellphone Will Be Provided To Complete All Job Requirements. At This Location, The Aviation Advisor Will Own And Maintain All Property And Comply With Other Elements As Provided In The Telework Agreement. relationships the Aviation Advisor Works Under The Direct Supervision Of The Inl/a Director Or His/her Designated Federal Representative; However, The Individual Exercises Wide Latitude For Independent Action By Initiating Projects And Executing Approved New Programs Under General Supervision. The Aviation Advisor Coordinates Directly With The Inl/a Staff In The Performance Of Contract Oversight, Compliance, And Issuing Direction To The Aviation Support Contractors To Ensure Compliance With Inl/a Policies And Procedures And Usg Mandated Regulatory Guidance For Federal Aviation Programs. The Aviation Advisor Performs Oversight Duties At All Inl/a Contractor Locations. the Contract Administrator Is The Inl Contracting Officer In Washington, D.c. In No Instance Shall The Inl/a Director Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Inl/a Director Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity this Position Involves Providing Aviation Support, Under Com Authority, To Meet Transportation Requirements. Aviation Support Includes Fixed Wing Travel In Support Of Com Personnel To Multiple International Locations. The Aviation Advisor Serves As The Senior In-country Aviation Advisor Supporting The Libya External Office (through Operations In Libya, Tunisia, And Malta) And Provides Program Implementation, Direction, Mission Execution, Contract Oversight, Compliance, And Evaluation In Support Of All Dos Funded Aviation Transportation Services. scope & Effectiveness the Aviation Advisor Performs Broad And Extensive Assignments Related To A Complex Aviation Program In Libya, Tunisia, And Malta, Known As Leo Air. Flights Originate From Valletta, Malta Into Tunis, Tunisia To Pick Up Passengers And Cargo And Transport Them Into Libya. In Addition To Air Transportation Missions, Leo Air May Be Required To Perform Operations In Support Of Other Regional Agencies, Com Personnel Movements, Tactical Site Survey Missions, Sar Missions, Qrf Transport, And Medical Evacuations. period Of Performance the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Qualifications 1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Top Secret Security Clearance With Eligibility For Access To Sensitive Compartmented Information (sci), Medical Clearance, And Ethics Clearance (if Applicable). 2. Designation As A Military Aviator Or A Minimum Of Ten (10) Years Commercial Aviation Management Experience, Including Experience In A Hostile Environment With Threats To Aircraft And Ground Personnel. 3. Senior Level Management Experience In A Medium To Large Size Aviation Organization (government, Civil, Or Military), With Experience Dealing With Diverse Stakeholders With Differing Goals. 4. Demonstrated Experience Coordinating Programs Within The Interagency Or International Community. 5. In-depth Knowledge Of Fixed Wing Aircraft Tactical Employment In Aviation Operations, Including Knowledge Of Inl/a Aircraft Capabilities, Limitations, And Techniques. 6. Broad Knowledge And Experience In Formulating Plans And Policies Pertaining To Operations And Unit Level Flight Training Activities; Basic Knowledge Of Command Communications, Government Intelligence Procedures, And Flight Operations Procedures. 7. Specialized Skill In Operating An Aircraft As A Pilot. evaluation Factors (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Aviation Program Officer (25 Points) experience And Ability To Interface With Embassy Officers And Stakeholders To Assist, Define, And Clarify Aviation Requirements; Assist In Allocating Resources And Identifying Needs To Meet Requirements; Aid In Prioritizing Requirements; And Manage An Aviation Fleet Centrally To Meet Requirements Safely And Efficiently. ability To Develop, Coordinate, Organize, And Implement Comprehensive Operational Systems And Procedures In Support Of Leo Air Mission Requirements. Aviation Experience In The North Africa Region Is Preferred. factor 2: Contract Oversight (20 Points) demonstrated Ability To Perform Oversight And Evaluation Of Contractor Performance In All Functional Areas, To Include Ensuring Compliance With Policies/procedures/directives, Review And Recommend Approval Of Waivers To Published Directives, Authorize Use Of Aircraft, Review Contractor Flight Operations Procedures, And Monitor Contractor Pilot Proficiency. demonstrated Ability To Perform Oversight And Evaluation Of Contractor Performance In All Functional Areas, To Include Ensuring Compliance With Policies/procedures/directives, Reviewing And Recommending Approval Of Waivers To Published Directives, Authorizing Use Of Aircraft, Reviewing Contractor Flight Operations Procedures, And Monitoring Contractor Pilot Proficiency. experience Providing Operational Direction And Guidance To Contractors In The Execution Of All Aviation Operations That Comprise The Mission Set Approved By Inl/a. factor 3: Develop Operational Tactics, Techniques, & Procedures (25 Points) demonstrated Ability To Develop Operational Tactics And New Training Procedures For Emerging Mission Sets Approved By Inl/a And Developing Non-tactical Passenger And Cargo Handling Systems To Sustain And Improve Service To Stakeholders. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 20 factor #3 – 25 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay) this Position Has Been Designated At The Gs-14 Equivalent Level (based On Opm Locality Pay For The Selectee’s Home Of Record Within The United States Per Annum). final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable • Employee's Fica/medicare Contribution • Contribution Toward Health And Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility For Worker's Compensation • Annual, Sick And Home Leave • 401k Plan • Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable • Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post • Housing Allowance • Post Allowance • Supplemental Post Allowance • Maintenance Allowance (sma) • Education Allowance • Educational Travel (full-time United States Based Secondary) • Post Hardship Differential • Danger Pay • Shipment Of Hhe, Uab, Pov And Consumables
Closing Date3 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: This Sources Sought/market Survey Notice Is Being Conducted By Aleda E. Lutz Va Medical Center, 1500 Weiss Street, Saginaw Mi, 48602 To Identify All Sources That Are Capable Of Providing Maintenance Service For Emergency Generator For The Period Of April 5, 2025 April 4, 2026 At The Discretion Of The Government In Strict Accordance With All Schedules, Specifications, Terms, Conditions And Provisions Of This Contract. general Information visit #1 Furnish All Tools, Labor, Materials, Parts, And Laboratory Services To Perform The Following Specified Maintenance On The Five Generators Listed At The End Of This Document: all Maintenance, Service, Operational Checks, And Parts Shall Be Performed And Supplied Per The Manufacturer S Recommendations By Manufacturer Certified Technicians. contractor Shall Provide All Fluid Analysis Reports And Within 7 10 Days After Completion Of Maintenance. contractor Performance Shall Be Monitored Through Service Reports That Shall Be Submitted After Each Repair Has Been Conducted.â  Field Service Reports Must Be Submitted Within 7-10 Days And Will Be Reviewed For Accuracy And Timely Submission. contractor Shall Perform Services Within 60 Days Of Award. maintenance Checks: radiator Core For Air Flow antifreeze Protection coolant Level coolant Inhibitor Strength (add Conditioner If Required To Update Strength) radiator Cap And Seal coolant Leaks lube Oil Level fan Belt Tension condition Of All Hoses hose Clamps condition Of Flex Fuel Lines day Tank Float Controls, Solenoid, And Main Fuel Pump Operation fuel System For Leaks cranking Voltage Drop battery Electrolyte Level battery Voltage battery Charger Rate battery Cables And Connections flex Exhaust Couplings Rain Flashing turbo Wheel For Bearing Wear terminal Strip Connections loose Relays In Control Panel jacket Water Heater Operation governor Oil Level governor Linkage remote Governor Control Operation air Gap On Generator collector Rings And Brushes oil And Dirt Buildup In Generator system For Loose Bolts, Etc. crank Termination Time engine Instruments abnormal Noise Or Vibration exhaust Characteristics Louver Operation crankcase Blow By voltage And Frequency all Switches In Correct Position drain Water And Sediment From Day Tank lubricate Generator Bearing clean Engine Crankcase Breather lubricate Fan Pulley clean Primary Filter drain Exhaust Moisture Traps inspect The Turbocharger For End Play And Leaks maintenance Services: note: All Filters Shall Be Oem change Air Cleaner Elements, Check Seals, Air Cleaner Indicators And Air Induction System take Oil Sample And Perform Infrared Analysis (performed By A Fluid Analysis Lab) take Fuel And Coolant Samples And Perform Analysis (performed By A Fluid Analysis Lab) change Lube Oil And Filters, Lube Oil Is To Be Replaced With Fully-synthetic Oil In Accordance With Manufacturers Recommendations change Fuel Filters oil, Fuel, And Coolant Samples Taken Will Be Delivered To The Testing Laboratory In A Reasonable Time As To Not Compromise The Samples. Care Will Be Taken As To Storing The Samples As Recommended By The Testing Laboratory Until They Are Delivered. operational Checks: recheck Oil Level While Running recheck All Fluid Systems For Leaks used Oil Transportation And Recycling: transportation And Recycling Of Used Oil Shall Be Performed In Accordance With Federal, State And Local Regulations Including: michigan Natural Resources And Environmental Protection Act 451, Of 1994 As Amended, Part 121 Liquid Industrial By-product. prior To Transporting Used Oil From The Property, The Transporter Must Provide A Shipping Document Describing The Materials In Accordance With Above Regulation For Certification By The Detroit Vamc Gems Program Manager Or Designee. The Contractor Shall Arrange For The Designated Recycling Facility To Notify The Cor, In Writing, That The Shipment(s) Arrived At Its Destination Within 7 Days Of The Date The Shipment Left The Facility. michigan Hazardous Material Transportation Act 138. prior To Transporting Used Oil From The Property, The Contractor Shall Provide A Copy Of The Act 138 Transporter S Permit And Registration To The Cor For The Approval Of The Gems Program Manager. During Transport, The Transporter Must Also Be Able To Produce A Copy Of The Act 138 Permit And Registration, Either Via Electronic Record Or Hard Copy, To Deq Staff Or A Peace Officer When Requested. generator #1 cummins/onan Model: Dfeb-4955010 Sn: B010204440 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #2 mtu Onsite Energy Model: 400pxc6dt3 Sn: 331914-1-1-0411 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #3 cummins/onan Model: 350 Dfcc Sn: G920477586 kw: 350 Pf: .8 Volt: 277/480 Amp: 526 generator #6 mtu Onsite Energy Mod: 750rxc6dt2(g05) Sn: Wa-572596-0410 kw: 750 Pf: .8 Volt: 277/480 Amp: 1127 generator #7 mtu Onsite Energy Mod: Ds00500d6srah1583 Sn: 331787-1-1-0411 kw: 500 Pf: .8 Volt: 277/480 Amp: 751 If This Is A Service Your Business Can Provide, Respond To This Sources Sought By Friday, January 3, 2025; 3:00 P.m. Eastern Time. Responses Should Include: (1) Business Name And Address (2) Point Of Contact Name, Phone Number, And E-mail Address (3) Sam Uei And Naics Code (4) Business Size Small Or Large (5) Type Of Business Service Disabled Veteran Owned, Veteran Owned, 8a, Hubzone, Women-owned Etc. (6) Applicable Gsa/fss Contract Number (if Applies). All Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above Noted Service. E-mail Responses To: Ariel Bautista-lagares, At Ariel.bautista-lagares@va.gov (note: This Is Not A Request For Quote Or An Announcement Of A Solicitation.)
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Details: ***sources Sought Amendment 001*** the Purpose Of This Sources Sought Amendment Is To Post Responses To Vendor Questions. All Other Information Remains Unchanged Including The Response Date. *** this Is A Request For Information (rfi) Only. This Rfi Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure. your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement. the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Mobile Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (m-lids). Current M-lids Systems Consist Of Coyote Missiles With Launchers, A 30 Mm Cannon, A .50 Caliber Gun, An M240 7.62mm Crew Served Weapon, An Electronic Warfare (ew) System, An Electro-optical/infrared (eo/ir) Camera And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System Mounted On A M-atv Vehicle. Future Variants Will Be Configured On A Single Vehicle Such As Stryker. All Variants Will Be Capable Of Identifying And Defeating Group 1 Through Group 3 Uas Threats. The System Shall Be Capable Of Integrating Additional Sensors And Effectors. background: The Us Army Has A Need To Develop, Produce, And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad. interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below: 1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number. 2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.) 3. Affirmation Of Cleared Personnel And Facilities. 4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below. 5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts. 6. Naics Code 334511 all Responses Shall Be Unclassified. all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked. interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s M-lids System With The Aid Of A Partial Level Ii Technical Data Package (tdp) That Is In The Format Of The Developing Contractor. Portions Of The Technical Data Are Proprietary, And Portions Are In Contractor Format. The Government Will Not Provide A Tdp In Response To This Posting. the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair For Us Army Outside The Continental United States (oconus) And Continental United States (conus) M-lids Systems Of All Variants. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Conus And Oconus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 30 Systems. the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Counter-uas (c-uas) And Counter-improvised Explosive Device (c-ied) Electronic Warfare Systems (without A Tdp) In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The M-lids System To Be Exportable. the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The M-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is 70 Systems Over Five Years. this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office. this Rfi Will Close 30 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Brand Name Omnicell Xt Automated Dispensing Cabinets And Safes To The Ihs, Fort Yuma Health Center Located In Winterhaven, Ca. Reference Ihs1503544-ftym. requirement: See Attachment delivery To: Fort Yuma Health Center, 401 Picacho Road, Winterhaven, Ca 92283 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 339114 (dental Equipment And Supplies Manufacturing) With An Associated Small Business Size Standard Of 750 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That: the Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%; the Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And the Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By January 20, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1503544-ftym. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following: representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And, identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form 2. Brand Name Omnicell Justification
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Pangasinan I Tender

Others
Philippines
Details: Description Request For Quotation No.: 2025-01-005-gs Date Published: January 17, 2025 Closing Date: January 22, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 22, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Approved Budget For The Contract (abc): ₱272,000.00 Funding Source: Journalism Trust Fund Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks And Lunch) 340 2 400.00 272,000.00  Inclusive Of Complete Services Stated In The Tor Total ₱272,000.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 22, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 22, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. Scope 1. Duration: Two (2) Days Item Description No Of Pax Tentative Date/s Meals And Snacks (snacks & Lunch) 340 February 5-6, 2025 2. Food Requirement: Am Snacks And Lunch • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Under Project Id No. 2025-01-005-gs Of Deped Sdo 1 Pangasinan.
Closing Date22 Jan 2025
Tender AmountPHP 272 K (USD 4.6 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris 1. The National Irrigation Administration-regional Office Xi, Through The Gaa-epip Fund Of Cy 2025 Intends To Apply The Sum Of Two Hundred Forty-two Million Eight Hundred Seventy-eight Thousand Three Hundred Sixty-three Pesos & 27/100 (php 242,878,363.27) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris Under Lmc No. 2025-03 Located At Asuncion And Kapalong, Davao Del Norte And Matanao, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The National Irrigation Administration-regional Office Xi Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03, 2025 – February 17, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (p50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 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 Applicable Fee For The Bidding Documents Not Later Than 8:20 Am, Before The Submission Of Their Bids. 6. The National Irrigation Administration-regional Office Xi Will Hold A Pre-bid Conference On 9:00 A.m. On February 03, 2025 At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City On Or Before 8:30 A.m. On February 17, 2025. 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 15. 9. Bid Opening Shall Be On 9:00 A.m. On February 17, 2025 At The Given Address Nia-regional Office Xi, Bolton St., Davao City. Bid Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection Is Required Before Procuring Bid Documents. B. Equipment Requirements: 1.) Saug Ris Lowbed Trailer - 1 Unit Survey Instrument - 1 Unit Stake Truck - 1 Unit Concrete Cylindrical Molds - 2 Sets One Bagger Mixer - 2 Units Concrete Vibrator - 2 Units Backhoe, Crawler - 1 Unit Welding Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Butt Fusion Machine - 1 Unit Service Pick-up - 1 Unit 2.) Mal Ris Cargo Truck - 1 Unit Tractor W/ Dozer - 1 Unit One Bagger Mixer - 4 Units Water Pump (100mmø) - 2 Units Backhoe, Crawler - 1 Unit Core Drilling Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Welding Machine - 1 Unit License Minimum Size Range: Medium A In Irrigation And Flood Control Medium A In Electrical Work Medium A In Mechanical Work Specialty In Electro Mechanical Work C. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: C.1. Letter Of Intent With The Contact No. Of Authorized Managing Officer C.2. Company Profile C.3. Certificate Of Site Inspection With Attached Geotagged Pictures C.4. Certification From All Provincial Offices (imo) That The Contractor Has Not Incurred Three (3) Strikes From Previous Biddings, Negative Slippage On Ongoing Contracts, And No Unsatisfactory Rating From Latest Cpes Evaluation. C.5. Special Power Of Attorney With Attached Company Id (applicable For Representatives Of License Owners) – With Signature From Contractor (amo) And The Liaison. C.6. Original Pcab License C.7. Certificate Of Completion And Certificate Of Final Acceptance For Single Largest Completed Contract (slcc) 11. The National Irrigation Administration-regional Office Xi 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 Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: The Bac Secretariat Nia-regional Office Xi Bolton St., Davao City Tel No. (082) 225-1805; Facsimile (082) 225-1805 (sgd.) Ma. Mae N. Edullantes Bac Chaiperson
Closing Date17 Feb 2025
Tender AmountPHP 242.8 Million (USD 4.1 Million)

DEPT OF THE AIR FORCE USA Tender

Solid Waste Management
United States
Details: This Is A Sources Sought Notice. This Is Not A Pre-solicitation Notice Pursuant To Far Part 5. The Department Of Defense, United States Air Force (usaf), Air Force Materiel Command (afmc), Air Force Test Center (aftc), Operation Contracting Division, Is Currently Conducting Market Research Seeking Capabilities Statements From Potential 8(a) Small Businesses That Can Provide Base Refuse Collection Services At Eglin Afb, Fl. scope. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Vehicles, Supervision, And Other Items And Services Necessary To Perform Integrated Solid Waste Management, Municipal Solid Waste (msw) Collection And Recycling Services At Eglin Air Force Base, Florida. Services Shall Be Performed At Eglin Main, Duke Field, Camp Rudder, 7th Special Forces, Eglin Ranges And Sites. all Interested Vendors Should Submit A Response Demonstrating Their Capability To Provide These Services To The Primary Points Of Contact Listed Below. Proposals/quotes/bids Are Not Being Requested Or Accepted At This Time. This Survey Is To Determine The Capability Of Potential Sources And The Availability Of Commercial Sources And Services Pursuant To Far Part 10, Market Research. This Acquisition Is Set Aside For 8(a) Concerns. As Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. this Notice Is Issued Solely For Information And Planning Purposes It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Source Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Government Wide Point Of Entry For Additional Information Pertaining To This Requirement. the Naics Code Assigned To This Acquisition Is 562111, Solid Waste Collection, Business Size Standard $47,000,000. Respondents Should Indicate Their Size In Relation To This Size Standard And Indicate Socio-economic Status (i.e. Sb, 8(a), Hubzone, Edwosb, Wosb, Or Sdvosb). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. any Information Submitted By Respondents To This Source Sought Is Voluntary. This Source Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. small Businesses With Only Partial Capabilities Of This Requirement Are Encouraged To Submit Their Capabilities Statement Demonstrating The Portion Of The Requirement They Can Providing/perform. This Information Will Allow The Government To Identify Areas Of Possible Breakout Or Possible Subcontracting Opportunities. capabilities Statement: All Interested Vendors Should Submit A Capabilities Statement That Explicitly Demonstrates Their Capability To Provide/perform The Requirement Stated In This Notice. The Capabilities Statement Should Be Brief And Concise, Yet Clearly Demonstrate An Ability To Meet The Stated Requirement. The Response Must Not Exceed 10 Pages. responses Must Be Submitted Electronically To The Following E-mail Addresses: Jared.dunn.6@us.af.mil And Rick.porter.1@us.af.mil. All Correspondence Sent Via Email Should Contain A Subject Line That Reads “response To Eglin Afb Refuse Collection Services Sources Sought.” If This Subject Line Is Not Included, The E-mail May Not Get Through E-mail Filters At Eglin Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachment. Attachments With Files Ending In .zip Or .exe Are Not Allowable And May Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your Email. All Other Attachment Types May Be Deleted. all Responsible Sources May Submit Information That Will Be Considered By The Agency. If Late Information Is Received, It May Be Considered, Depending On Agency Time Constraints. All Routine Communications Regarding The Announcement Should Be Directed To The Contractual Point Of Contact Listed In This Posting. The Government May Or May Not Use Any Responses To This Source Sought As A Basis For A Subsequent Project/requirement. Any Project/requirement Developed From The Sources Sought Responses May Be The Subject Of A Subsequent Acquisition; Any Such Subsequent Acquisition Will Be Posted In Beta.sam.gov Separately. Responses To This Source Sought Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To The Respondents With Respect To Any Of The Information Submitted Under This Source Sought. No Requests For A Bid Package Or Solicitation Will Be Accepted; A Bid Package Or Solicitation Does Not Exist At This Time. In Order To Protect The Integrity Of Any Possible Future Acquisition, No Additional Information Will Be Provided And No Appointments For Presentations Will Be Made In Reference To This Source Sought. only Government Employees Will Review Submitted Responses To This Source Sought. Respondents Are Advised That Employees Of Commercial Firms Under Contract With The Government May Be Used To Administratively Process Submissions And Perform Other Administrative Duties Requiring Access To Other Contractor’s Proprietary Information. These Administrative Support Contractors Include Nondisclosure Agreements Prohibiting Their Contractor Employees From Disclosing Any Information Submitted By Other Contractors Or Using Such Information For Any Purpose Other Than That For Which It Was Furnished. responses Are Due No Later Than 2:00 P.m. (cst) On 20 February 2025. Direct All Questions Concerning This Requirement To Jared Dunn At Jared.dunn.6@us.af.mil And Rick Porter At Rick.porter.1@us.af.mil.
Closing Date20 Feb 2025
Tender AmountRefer Documents 
7181-7190 of 7496 archived Tenders