Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Environmental Service
United States
Details: **rfp Amendment 0006: Provides Revised Sf 30 To Reflect Amendment 0005. Rfp Amendment 0005: Provides Attachment J.b-1 Sub Line Item Numbers Slins Rev1 In Response To Ppi 08. Rfp Amendment 0004: Extends Response Date To 10 January 2025 13:00 Pacific Standard Time And Provide Sf30(s) Relating To Rfp Amendment 01-04 As Attachments. Rfp Amendment 0003: Extends Response Date To 03 January 2025 13:00 Pacific Standard Time. Rfp Amendment 0002: Provides Response To Ppi 07. Rfp Amendment 0001: Provide Responses To Ppi 01-06 And Provides Revision 1 Of The Pws As Attachments. Navfac Nw, In Support Of The Environmental Business Line (ev), Is Requesting Proposals From Potential And Eligible Contractors To Provide Navy Installations And Navy Sites Primarily Within The Greater Puget Sound Area Environmental Services To Include, But Not Limited To The Following:? laboratory Testing? field Sampling, Testing, Surveys, And Investigations? shipping (containers And Coolers)? development/modification Of Sampling And Analysis Plans (saps), Standard Operating Procedures (sops), Quality Assurance Plans (qaps), And Project Specific Documentation? procure And Manage Testing/sampling Equipment And Supplies? drinking Water Testing? wastewater Testing? storm Water Testing? asbestos And Lead Facility Inspections? air Emission Testing? insulating Oil Testing? soil Testing Technical Work Description - Typical Work For This Contract Will Be:? laboratory Testing. Provide Testing Supplies (containers, Coolers, Blue Ice, Packing Materials, Preservative, Etc.) And Services To Analyze Environmental And Other Samples, Including But Not Limited To, The Following Regulatory Programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial Wastewater, Hazardous/solid Waste, Air Testing, Cercla (remedial ? field Sampling And Field Testing. The Contractor Shall Furnish All Labor, Supervision, Materials, Supplies, Travel, Consumables, And Equipment To Conduct Field Sampling And Testing Service Calls. Perform Sampling In Accordance With Relevant Federal, State And Local Regulations, Sampling And Analysis Plan(s), And Customer Guidance. Samples May Be Collected By The Navy And Delivered To A Laboratory Or The Contractor May Be Tasked With Sample Collection.? database Development Support. Develop, Design, And/or Modify Databases, In Ms Access, Or Other Database/programming Language, For Navfac Northwest And Their Customers To Facilitate The Import Of Laboratory Data, To Permit The Analysis, Query And Reporting Of That Data (including Temporal Queries), And To Provide Export Of That Data Into Multiple Formats.? develop/modification Of Sampling And Analysis Plans. Develop Sampling And Analysis Plans (saps) And/or A Standard Operating Procedure (sop) That Covers All Aspects Of The Field Sampling Activities.? procure Equipment And Supplies. Procure Equipment And Supplies Associated With Field Sampling As Specified By The Government. For Example, Equipment May Include Automatic Storm Water Samplers.? air Emission Source Testing. Air Emission Monitoring And Testing Performed In Accordance With Requirements Set Forth By Federal, State, And Local Rules And Permits. Testing And Monitoring May Be Performed For The Following Sources, But Not Limited To: Boilers, Generators, Storage Tanks, Fugitive Emissions From Building Enclosures, Electroplating/anodizing Tanks, Blast Booths, Paint Booths, And Powder Coating Booths. ? project-specific Documentation. Develop And Provide Documentation Related To A Sampling And/or Laboratory Service Such As: Security Access Requirements, Schedules, Project Plans, Quality Control Plans, Data Validation, Operations/maintenance Manuals, Final Or Interim Project Reports, Health And Safety Plans, Underground Storage Tank Closure Documentation, And Well Closure Documentation.geographic Location: The Geographic Location Of Your Company?s Primary Office Must Be Within A Three-hour (one-way) Ground Travel Distance From Naval Base Kitsap Bangor. This Criterion Is To Facilitate Efficient On-site Presence To Naval Facilities In The Greater Puget Sound Area To Conduct Activities Such As Sample Collection, Sample Pick-up, Equipment Delivery/pick-up, And On-site Meetings. The Laboratory, If A Separate Entity From The Primary Contractor, Does Not Need To Be In The 3-hour Distance But Does Need To Be Located In Washington Due To Certification Requirements.the Majority Of The Work For This Planned Solicitation Will Be Performed In The Greater Pacific Northwest Area To Include The Facilities Listed Below:? Naval Base Kitsap, Bremerton, Wa? Naval Base Kitsap, Keyport, Wa? Naval Base Kitsap, Bangor, Wa? Naval Station Everett, Wa? Naval Air Station Whidbey Island, Wa? Naval Magazine Indian Island, Wa ? Naval Radio Station Jim Creek, Wa? Naval Base Kitsap Manchester? Naval Base Kitsap Jackson Parkit Is Anticipated That The Preponderance Of Work Under This Solicitation Will Be Performed In The Greater Pacific Northwest Area, However; Project May Occur At Other Facilities Manage By Navy Region Northwest (nrnw) Throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, And Iowa. All Work Required Herein Shall Be Performed In Accordance With All Applicable Federal, State, And Local Laws And Regulations.please See Attached Rfp For Further Details.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
Corrigendum : Closing Date Modified
United States
Details: Sources Sought-request For Information background: the Department Of The Air Force, Air Education And Training Command (aetc) Air Force Security Assistance Training Squadron (afsat) Is Conducting Market Research To Determine Whether Capable Sources Are Available To Perform Non-personal Training Services In Support Of Foreign Military Sales (fms) A-29 Super Tucano Training. There Are Three Requests For Information Pertinent To This Rfi: (a) The First Part Is A Sources Sought For Vendor Noncommercial Training Services Support For Fms A-29 Which Includes Management, Courseware Development And Delivery Of Courseware (with Government Purpose Rights) For A-29 Aircrew Training, Maintenance Crew Training, And Any Specialized Training On The A-29 Aircraft Systems To Include Weapon Systems, Support Equipment, And Software. The Associated Noncommercial Services Training Support Is Anticipated To Be Required By The Usg Allies And Other Partner Nations. The Place Of Performance Is Undetermined, And May Be Inside And Outside Of The Continental United States (conus And Oconus). The Requirement Is Projected As An Initial Ordering Base Period Of One Year With Four Option Years With A Period Of Performance To Start On Or About September 2025. (b) The Second Is A Sources Sought To (1) Identify If There Is Any Commercially Available Training For The A-29 Iaw Current Federal Aviation Administration (faa) Approved Guidelines For Civil Aircraft; And (2) Commercially Available Training As Described In Far Part 12. (c) The Third Part Is A Sources Sought For The Potentially Capable Source To (1) Identify The Vendor’s Place Of Incorporation; As Well As (2) To Identify Training Locations (especially If Commercially Available Training As Identified In Paragraph B Above). this Sources Sought Notice/request For Information (rfi) Is For Market Research And Planning Purposes Only. The Information Obtained In Response To This Rfi Will Be Used To Help Identify Qualified, Experienced, Interested Potential Sources, And Attain A Better Understanding Of The A-29 Training Location Footprint. This Is Not A Request For Proposal (rfp). It Is Not To Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi Is For Market Research Only And Will Be Used By The Air Force Multi-functional Team (mft) To Assist Planning. Any Information Provided To The Government Is Strictly Voluntary And Is Provided At No Cost To The Government. The Government Will Not Reimburse Vendors For Any Capability Package Preparation Nor Briefing Costs. For Purposes Of This Rfi, The North American Industry Classification System (naics) Code Is 611512 – Flight Training, Small Business Size Standard Is $34m. note: The Usg Is Specifically Requesting Information By Vendors Regarding Their Capability To Perform Training On The A-29 Aircraft. The Government Reserves The Right To Determine The Acquisition Approach, To Include Sole Source, A Small Business Set-aside Or Whether A Small Business Socio Economic Approach Authorized By Statute Would Be More Appropriate Based On Responses To This Notice. The Government Also Reserves The Right To Issue A Solicitation To Any Country Requested Specific Source For A-29 Training, As An International Agreement For Competitive Restriction (iacr), Pursuant To 10 U.s.c. 3204(e)(4)(e). Additional Information Or Updates Regarding This A-29 Training Support Services Requirement Will Be Posted On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Interested Parties Are Encouraged To Check This Website Regularly For Any Changes Or Updates. Interested Parties Capable Of Providing Any Of The Training Support Services Sought Are Instructed To Add Their Information To The Interested List, Add This Notice To Their Following List, And Submit A Capability Statement In Response To This Rfi: Fms A-29 Training Sources Sought Notice. description: the Service Provider Shall Be Required To Provide A-29 Aircrew Training Management; Develop And Deliver With Government Purpose Rights A-29 Courseware Necessary For Training Usg, Usg Allies, And Partner Nation On A-29 Air Ground Support, And Maintenance Crews; Provide A-29 Pilot Flight And Maintenance Training And Provide Associated Logistical Support. A-29 Training Objectives Are To Train Usg, Usg Allies, And Partner Nation Air And Ground Support Crew On Initial, Conversion, And Possibly Mission Qualification On The Country-specific A-29 Configuration. Instruction For A-29 Aircrew Will Include Academic, Simulation, And Pilot Flight Training On The A-29. The Training May Include And Is Not Limited To A Combination Of Electronic Courseware, Classroom Academics, Aircrew Training Devices, And Pilot Flight Training As Described Below In The Following Paragraphs. the Service Provider Will Be Requested To Develop, Produce, And Deliver, With Government Purpose Rights, New A-29 Aircrew/maintenance Courseware And Aircrew/maintenance Materials Used For Instruction Of Usg And Allied/partner Nation A-29 Aircrews. Courseware Development Requires Access To Original Equipment Manufacturer (oem) Technical Data And/or/country Specific Technical Orders (cstos). Courseware Must Be Compatible With Oem Equipment. Changes In Technical Data May Drive Future Changes. (oconus) Country-provided Equipment, Infrastructure And Facilities Will Be Available Except Common Instructional Equipment Not Peculiar To A-29 Training. (conus) Other Than Country Specific Requirements, It Will Be Incumbent Upon The Contractor To Acquire The Information, Equipment, Property, And Services Required To Perform Training On The A-29. technical Orders (to) Deemed Necessary For Course Development May Be Delivered To The Usg And May Be Available As Government Furnished Information (gfi) At The Award Of A Task Order At A Future Date. If Your Company Has Any Relationships, Agreements Or Partnerships To Allow For Accessibility Of A-29 Tos Outside Of Government Furnished Information, Please Identify In Your Response. if Usg Courseware Is Available And Releasable It Will Be Provided To The Contractor. At This Time, None Has Been Identified. as An Air Force Training Organization, The Government's Courseware Requirement Is To Be Delivered Either As A Special Work For Hire, Or A Minimum Of Government Purpose Rights For Each Course. Industry Is Encouraged To Identify Any Alternative Approaches In A Capability Statement And Identify Any Underlying License(s) With An Approximate Cost Savings, Per Country, For The Approach. the United States Government Reserves The Right To Add Additional Training Courses As Required To Facilitate Usg And Allied/partner Nation Training On The A-29. Anticipated Courses/courseware, For Capability Statement, Include The Following: a. Pilot Initial Qualification Courses b. Pilot Mission Qualification Courses c. Aircrew Ground Training Courses d. Basic Maintenance Courses (avionics/electrical, Airframe & Powerplant, Egress/weapons, Supply Chain Management And Am2 Records Management Database) In Multiple Levels (e.g. Usaf 3-, 5-, 7-level) all Actual Pilot Flight Operations Must Meet The Requirements Of Defense Contract Management Agency (dcma) Instruction 8210.1c (afi 10-220). The Contractor Should Demonstrate That It Can Maintain Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And Will Provide To The Usg Documentation Requested At Any Time During The Performance Of The Training Support Service. contractor Aircrew Instructors: Contractor Should Demonstrate That It Has The Ability To Acquire Instructor Pilots Who Are Previously Qualified Within Three Years Of Currency (last Pilot Flight). Qualified Instructors Shall Have Two Years Of Experience As Pilot Flight Instructors In Either A Military Or Civilian Capacity. Aircrew Academic And Simulator Instructors Must Be Fully Qualified Instructor Aircrew Who Have Been Qualified In A-29 Operations Within Four Years. Contractor Maintenance Instructors Shall Have At Least Two Years Of Experience As A-29 Instructors. Anticipated Instructor Requirements, To Be Addressed In Capabilities, Include And Are Not Limited To: a. A-29 Instructor Pilot (rated) b. A-29 Avionics Maintenance Instructor c. A-29 Airframe And Powerplant Maintenance Instructor d. A-29 Egress And Weapons Maintenance Instructor e. Supply Chain Management (avpro System) And Am2 Records Management Database Instructor f. A-29 Aircrew Ground Training Instructor interested Parties Capable Of Providing Any Of The Training Support Service Sought Should Submit A Capability Statement To Include Specific Technical Background Information Describing Their Organization's Experience And Expertise In Fms Aircrew Training Services Requiring Similar Management/courseware Development Pilot Flight Training/logistical Efforts. At A Minimum The Following Information Is Requested: oconus Training Will Be Incumbent Upon The Contractor To Secure Any Required Country Specific Approvals To Live And/or Work In The Partner Nation. conus All Infrastructure And Facilities For Conus Training Will Be Provided By The Offeror And Will Not Be Facilitated By Or Furnished By The Government. industry Survey Questions: general Survey Instructions: - Please Indicate When Citing Examples Of Past Performance Your Specific Companies’ Tasks In That Past Performance, The Contract Number, And Government Point Of Contact. - When Describing Possible Teaming/partnership Arrangements To Fulfill This Requirement Please Indicate If The Agreement Is Already In Place Or A Long-standing Relationship. - If Any Part Of Your Responses Is Currently Being Executed By Your Organization Commercially As Described In Far Part 12 Please Indicate As Such. (1) Company Name, Address, Point Of Contact, Telephone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Sam Unique Entity Id, Place Of Incorporation And Training Locations (especially If Commercially Available Training); (2) Approximate Annual Gross Revenue; (3) Business Size (other Than Small Business Or Small Business). (4) If You Indicated Your Business Size As “small Business”, If Applicable, Specify Small Business Socioeconomic Program Status – [small Disadvantaged Business (sdb), 8(a)-certified Small Disadvantaged Business, Historically Underutilized Business Zone (hubzone) Small Business, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Woman-owned Small Business (wosb)]; (5) Describe The Role Your Company Will Play In The Performance Of The A-29 Training Service Sought (prime Contractor, Subcontractor, Other: Please Explain); (6) If You Indicated Your Company’s Role As "prime Contractor" Please Provide Information Demonstrating The Capability To Mobilize And Manage Internationally, And Finance The Support Service Sought; (7) If You Indicated Your Company’s Role As "prime Contractor", Specify The Functions For Which You Plan To Use Subcontractors To Include Estimated Small Business Subcontracting Goals And Rationale. (8) If You Indicated Your Company’s Role As "subcontractor", Please Indicate Which Functional Areas You Intend To Cover; (9) Specify Whether Your Company Primarily Conducts Business In The Commercial Or Government Sector; (10) Provide Information On Any Commercial Or Government Sector Support Services Your Organization Has Performed That Are Similar To The Support Service Sought; (11) Identify Which Naics Code(s) Your Company Usually Performs; (12) Describe Your Company’s Expertise/experience In Maintaining Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And How It Is Provided To The Usg; (13) Describe Your Company’s Capability To Provide Expertise In A-29 Courseware Development, Production And Ability To Deliver Such Courseware With Government Purpose Rights Or Describe An Alternative Approach Which Identifies Any Cost Savings Along With Any Required Underlying License(s). (indicate If Your Company Currently Has Any A-29 Courseware Available) (14) Provide A Plan To Develop A-29 Aircrew Training Academic Courseware. Note: Benchmark Timelines For Courseware Development Are Critically Important To Training Mobilization. (15) Describe Your Company’s Capability To Provide A-29 Pilot Flight Simulation Training, If Required, That Replicates A-29 Pilot Flight Characteristics And Capabilities Using Your Organization’s Training Device. (16) Provide A Plan To Recruit And Employ Trained And Qualified A-29 Variant Instructor Pilots. Employees Shall Be Within Three Years Of Currency (last Pilot Flight) To Qualify For Positions As A-29 Aircrew Pilot Flight Instructors, And Within Four Years Pilot Flight Currency For Academic And Simulator Instructors. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (17) Provide A Plan To Recruit And Employ Trained And Qualified Support Personnel, To Include But Not Limited To, Schedulers, A-29 Brief/debrief System Operators, Drivers, Lesson Management System Administrators, Aircrew Records Management System Administrators. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (18) Explain Your Organization’s Understanding Of Export Control Laws (third Party Transfer/technical Assistance Agreements), The Business Acumen, Etiquette, Culture, Practices Of Conducting Business Internationally. Elaborate On The Trade Regulations, Customs, Standards, Agreements, Labor Laws, Visa Requirements, Transportation, Lodging, Tariffs (value-added Tax) And other Unique Circumstances Affecting A Service Provider’s Ability To Perform The Support Services Sought In Internationally. (19) Describe Your Company’s Expertise/experience In Mobilizing Personnel To Foreign Nations For Short (2-4 Months), Moderate (4-8 Months), And Extended Periods (8-12 Months) Of Time With Minimal To No Assistance Of The Usg. (20) Provide Capability To Support An Undetermined Minimum Ordering Period And With Performance Starting September 2025 (21) Provide Recommended Type Of Contract And Rationale. (22) Provide The Minimum Period Of Performance Your Company Is Able To Support In The Event A Requirement Or Funding Is Limited, And Services Are Purchased For A Shorter Period Of Performance (for Example: The Contract Only Provides Funding For Six Months Of Service). (23) Provide Confirmation Whether Your Company Can Provide All Services Or Any Service. Provide Rationale For Capability To Provide All Required Services Or Capability To Provide Any Service Identified. (24) Provide A List Of Assumptions With Descriptions Regarding Your Company’s Submission. (25) Provide Information For Person(s) Participating In A Potential Virtual Industry Day. [note: Based Upon The Information Provided In This Sources Sought And Participation Of Industry Day The Government May Elect To Conduct A Site Visit To All, Few Or None Of The Information Offerors] (26) How Familiar Are You With The International Traffic In Arms Regulation (itar) Guidance/process? please Limit The Capability Statement To No More Than 26 Single-sided, Type-written Pages Using Font Size 12. Extravagant Formatting Is Not Required Nor Desired. Paragraph Numbering To Coincide With The Above Requested Information Is Preferred. any Questions Regarding This Posting Must Be Submitted Via Email As Soon As Possible But No Later Than Noon Cst On 25 Oct 2024 In Order To Allow Answers To Questions To Be Publicly Posted Before The Response Date. Questions Containing Proprietary Information Must Be Identified To Prevent Release To The Public Via Posting On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Please Do Not Call The Contracting Office For Information; Email Questions To Avoid Any Misunderstanding Or Confusion And Help Eliminate Duplicate Questions. the Primary Point Of Contacts For This Rfi Is Liliana Gonzales And Robert Newberry. Contact With Other Government Personnel Regarding This Rfi Is Not Permitted. If Your Organization Is Capable Of Providing The Training Support Service Described Above, Please Electronically Submit The Requested Information By The Specified Due Dates Via Email To: liliana Gonzales (liliana.gonzales.3@us.af.mil) robert Newberry (robert.newberry.7@us.af.mil) information Requested Due Dates And Timeline: industry Questions For Afsat Nlt: 25 Oct 2024 afsat Response To Questions Nlt: 13 Dec 2024 capability Statements: 06 Jan 2025 note: Any Changes To Due Dates And Timeline Will Be Updated If Applicable definitions: far 2.101: Commercial Product Means—(1) A Product, Other Than Real Property, That Is Of A Type Customarily Used By The General Public Or By Nongovernmental Entities For Purposes Other Than Governmental Purposes, And–(i) Has Been Sold, Leased, Or Licensed To The General Public; Or (ii) Has Been Offered For Sale, Lease, Or License To The General Public; (2) A Product That Evolved From A Product Described In Paragraph (1) Of This Definition Through Advances In Technology Or Performance And That Is Not Yet Available In The Commercial Marketplace, But Will Be Available In The Commercial Marketplace In Time To Satisfy The Delivery Requirements Under A Government Solicitation; (3) A Product That Would Satisfy A Criterion Expressed In Paragraph (1) Or (2) Of This Definition, Except For-(i) Modifications Of A Type Customarily Available In The Commercial Marketplace; Or (ii) Minor Modifications Of A Type Not Customarily Available In The Commercial Marketplace Made To Meet Federal Government Requirements. “minor Modifications” Means Modifications That Do Not Significantly Alter The Nongovernmental Function Or Essential Physical Characteristics Of An Item Or Component, Or Change The Purpose Of A Process. Factors To Be Considered In Determining Whether A Modification Is Minor Include The Value And Size Of The Modification And The Comparative Value And Size Of The Final Product. Dollar Values And Percentages May Be Used As Guideposts, But Are Not Conclusive Evidence That A Modification Is Minor; (4) Any Combination Of Products Meeting The Requirements Of Paragraph (1), (2), Or (3) Of This Definition That Are Of A Type Customarily Combined And Sold In Combination To The General Public; (5) A Product, Or Combination Of Products, Referred To In Paragraphs (1) Through (4) Of This Definition, Even Though The Product, Or Combination Of Products, Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor; Or (6) A Nondevelopmental Item, If The Procuring Agency Determines The Product Was Developed Exclusively At Private Expense And Sold In Substantial Quantities, On A Competitive Basis, To Multiple State And Local Governments Or To Multiple Foreign Governments. far 2.101: Commercial Service Means—(1) Installation Services, Maintenance Services, Repair Services, Training Services, And Other Services If–(i) Such Services Are Procured For Support Of A Commercial Product As Defined In This Section, Regardless Of Whether Such Services Are Provided By The Same Source Or At The Same Time As The Commercial Product; And (ii) The Source Of Such Services Provides Similar Services Contemporaneously To The General Public Under Terms And Conditions Similar To Those Offered To The Federal Government; (2) Services Of A Type Offered And Sold Competitively In Substantial Quantities In The Commercial Marketplace Based On Established Catalog Or Market Prices For Specific Tasks Performed Or Specific Outcomes To Be Achieved And Under Standard Commercial Terms And Conditions. For Purposes Of These Services–(i) Catalog Price Means A Price Included In A Catalog, Price List, Schedule, Or Other Form That Is Regularly Maintained By The Manufacturer Or Vendor, Is Either Published Or Otherwise Available For Inspection By Customers, And States Prices At Which Sales Are Currently, Or Were Last, Made To A Significant Number Of Buyers Constituting The General Public; And (ii) Market Prices Means Current Prices That Are Established In The Course Of Ordinary Trade Between Buyers And Sellers Free To Bargain And That Can Be Substantiated Through Competition Or From Sources Independent Of The Offerors; Or (3) A Service Referred To In Paragraph (1) Or (2) Of This Definition, Even Though The Service Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

City Of Bystrice Nad Pernstejnem Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the public contract is the demolition of the existing building of the Sokolovna, built in the 1930s, which is in a state of disrepair. A new multifunctional Sokolovna will be built on the site after the demolition (for a more detailed technical description, see the project documentation). The completion of the work also includes the preparation of documentation of the actual construction, geodetic survey of the completed work and the preparation of a geometric plan of the construction. The basis for drawing up the offer is the list of construction works, supplies and services, including the statement of measurements, project documentation and other documents that are an integral part of this tender documentation.
Closing Date24 Feb 2025
Tender AmountCZK 94.3 Million (USD 3.9 Million)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: General Statement: this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. solicitation Information solicitation Number: Combo-afrl-pzleq-2025-0008 [x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb) regulation Identification: this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022. notice Of Small Business Set-aside: set-aside Type small Business naics Size Standard 334517 listing/description Of Items: clin #: 0001 description narda Fieldman Broadband Meter And Four (4) Probes. the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics: the Detector Shall Possess The Following Specifications: shall Have Isotropic Probes To Cover 100khz To 60ghz shall Have Large Graphical Display shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection shall Include Fully Automatic Zeroing shall Have Extensive Memory For Logging Of Up To 5000 Results shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional) shall Include Graphical User Interface (gui) shall Have Simple-to-use 9 Button Keypad shall Have Hold Button Soft Key For Freezing Measurement Display During Readings shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs shall Have User Selectable Auto-off Feature To Save Battery Life shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known shall Include Data Memory For Up To 5000 Measurements shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals shall Have Variable Alarm Threshold Setting shall Have Audible Indication Of Increasing Or Decreasing Field Strength shall Include Automatic Detection Of Probe Type And Calibration Information shall Be Fully Automatic And Variable Zero Adjustment Interval Times shall Include Additional Optical Input For Separating Probe From Meter shall Have Pc Connection Via Usb Or Optical Interface shall Have Trigger Input For Externally Initiating Readings To Be Taken shall Include Nbm-ts Software Enables Remote Controlled Measurements shall Be Able To Have Screenshots That Can Be Downloaded To Pc delivery Information: fob: [x] Destination [ ] Origin place Of Delivery: 711 Hpw/oml attn: Brandi Tschuor 2510 Fifth St., Bldg. 840 wright-patterson Afb, Oh 45433 requested Date Of Delivery: 30 Days Upon Receipt Of Order instructions To Offerors: the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition. addenda: N/a evaluation Of Offers: the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Offers: (lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches (1) Price (2) Technical Acceptability (a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet: (i) All Specification Requirements In The Sow offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal. the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government. offeror Representations And Certifications: offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote. if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote. if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted. contract Terms & Conditions: the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition. addenda: N/a required Terms & Conditions To Implement Statutes Or Orders: the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition. the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition: far 52.219-6 notice Of Total Small Business Set Aside far 52.219-28 post Award Small Business Program Representation far 52.222-3 convict Labor far 52.222-19 child Labor-cooperation With Authorities And Remedies far 52.222-21 prohibition Of Segregated Facilities far 52.222-26 equal Opportunity far 52.222-50 combating Trafficking In Persons far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving far 52.225-1 buy American--supplies far 52.225-13 restrictions On Certain Foreign Purchases far 52.232-33 payment By Electronic Funds Transfer- System For Award Management additional Contract Requirements: (1) Offeror Shall Include All Warranty Requirements And Documentation With Quote. (2) Offerors Shall Identify How Long The Quote Is Valid. additional Provisions And Clauses Applicable To This Requirement: far 52.203-19 prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements provision far 52.204-7 system For Award Management clause far 52.204-13 system For Award Management Maintenance clause far 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment clause far 52.232-39 unenforceability Of Unauthorized Obligations clause far 52.232-40 providing Accelerated Payments To Small Business Subcontractors clause far 52.246-16 responsibility For Supplies clause far 52.247-34 f.o.b. Destination provision far 52.252-1 solicitation Provisions Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause far 52.252-2 contract Clauses Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause dfars 252.203-7000 requirements Relating To Compensation Of Former Dod Officials clause dfars 252.203-7002 requirement To Inform Employees Of Whistleblower Rights provision dfars 252.203-7005 representation Relating To Compensation Of Former Dod Officials clause dfars 252.204-7003 control Of Government Personnel Work Product provision dfars 252.204-7004, Alt A, system For Award Management Alternate A clause dfars 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support clause dfars 252.211-7003 item Unique Identification And Valuation clause dfars 252.223-7008 prohibition Of Hexavalent Chromium clause dfars 252.225-7001 buy American And Balance Of Payments Program clause dfars 252.225-7002 qualifying Country Sources As Subcontractors clause dfars 252.225-7048 export-controlled Items clause dfars 252.232-7003 electronic Submission Of Payment Requests clause dfars 252.232-7006 wide Area Workflow Payment Instructions clause dfars 252.232-7010 levies On Contract Payments clause dfars 252.225-7012 preference For Certain Domestic Commodities clause dfars 252.243-7001 pricing Of Contract Modifications clause dfars 252.244-7000 subcontracts For Commercial Items clause affars 5352.201-9101 ombudsman (fill-in Text) ombudsman: Afrl/pk Director alternate Ombudsman: Afrl/pk Deputy Director 1864 Fourth St wright-patterson Afb Oh 45433-7130 937-904-9700 afrl.pk.workflow@us.af.mil dpas Applicability: this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas). solicitation Closing Information: quotes Are Due By: 3 January 2025 @ 4:00 Pm Est. quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email. point Of Contact: the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is: name: Mr. Jason B. Sav title: Contract Specialist email: Jason.sav@us.af.mil
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Port Angeles delineated Area: north: City Limits Of Port Angeles south:city Limits Of Port Angeles east:city Limits Of Port Angeles west:city Limits Of Port Angeles gross Square Feet:1,300 net Square Feet:1,144 space Type: Retail gov Parking Spaces (total): 5 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, 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, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

Northwest Samar State University Tender

Food Products
Philippines
Details: Description 1. Lot 1: 9th Management Review Committee Meeting (abc Total = 26,250.00) -75 Pax 1a. Menu For Am Snack Overflowing Coffee, Pancit, Puto, Water -75 Pax 1b. Menu For Lunch: Rice Creamy Beef And Mushroom, Buttered Chicken, Chop Suey, Fruit Salad, Softdrinks, And Water 2. Lot 2: Recertification 2025 (abc Total = 197,000.00) -63 Pax 2a. Food Supply For Lunch (catered) Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -325 Pax 2b. Food Supply For Packed Lunch Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -10 Pax 2c. Day 1 Menu For Am Snacks: Overflowing Coffee, Carbonara With Toasted Bread, Juice/water -10 Pax 2d. Day 1 Menu For Pm Snacks: Overflowing Coffee, Ham And Cheese Sandwich, Juice/water -63 Pax 2e. Day 2 Menu For Lunch (catered): Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -325 Pax 2f. Day 2 Menu For Packed Lunch: Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -10 Pax 2g. Day 2 Menu For Am Snacks: Overflowing Coffee, Pancit With Bread, Juice/water -10 Pax 2h.day 2 Menu For Pm Snacks: Overflowing Coffee, Egg Mayo Sandwich, Juice/water 3. Lot 3: Monitoring And Inspection Of Ched ( Abc Total = 150,000.00) -50 Pax 3a. 1st Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3b. 1st Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3c. 1st Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3d. 2nd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3e. 2nd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3f. 2nd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3g. 3rd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3h. 3rd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3i. 3rd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3j. 4th Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3k. 4th Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3l. 4th Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 4. Lot 4: Monitoring And Inspection Of Prc (abc Total = 75,000.00) -25 Pax 4a. 1st Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks)" -25 Pax 4b. 1st Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4c. 1st Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4d. 2nd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4e. 2nd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4f. 2nd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4g. 3rd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4h. 3rd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4i. 3rd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4j. 4th Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4k. 4th Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4l. 4th Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 5. Lot 5: Food For Accreditation Survey Visit (abc Total = 311,250.00) -120 Pax 5a. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5b. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5c. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5d. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5e. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5f. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5g. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 4) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5h. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 5) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5i. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 Food Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) Terms And Conditions For The Food Supplies For Monitoring And Inspection Related Activities: 1. The Caterer Shall Provide Food And Catering Services On The Scheduled Activity Based On The Information Of End-user, Provided That The Caterer Shall Be Informed At Least Three (3) Calendar Days Prior To The Activity. 2. Be Noted That The Number Of Participants Per Quarter Vary Depending Upon The Actual Visit Provided That The End-user Will Not Exceed The Proposed Number Of Participants Per Year. Additional Information Shall Be Given By The End-user Provided That It Is Given Within The Reasonable Period Of Time. 3. The Caterer Shall Provide, Free Of Charge, Adequate Table Cloth And Linens, And All Necessary Meal Materials. 4. The Caterer Shall Be Paid Every After The Activity Based On Actual Services Rendered And Upon Receipt Of The Statement Of Account Duly Accepted And Reviewed By The End-user. 5. All Bid Prices Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During The Contract Implementation. 6. The Nwssu Reserves The Right To Cancel The Contract With The Caterer Prior To Its Completion, Should It See Fit Based On Verifiable Concerns Regarding The Quality Of Food Served And Services Rendered, And Other Consideration Deemed Contrary Thereto.
Closing Date6 Feb 2025
Tender AmountPHP 759.5 K (USD 12.9 K)

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Solicitation Document: rfq #fa487725qa120 dm Air Show 2025 On And Off Base Traffic Control i. This Is A Solicita. On For Commercial Items/services Prepared In Accordance With Far Part 13, As supplemented With Addi􀆟onal Informa􀆟on Included In This No􀆟ce. This Announcement Cons􀆟tutes the Only Solicita􀆟on; Quotes Are Being Requested And Additional Wri􀆩en Solicita􀆟on Will Not Be issued. ii. Solicita􀆟on #fa487725qa120 Is Issued As A Request For Quota􀆟on (rfq) iii. This Solicita􀆟on Document Incorporates Provisions And Clauses Of Those In Effect Through Federal acquisi􀆟on Circular 2025-02 Effec􀆟ve 03 January 2025, The Dfars Provisions And Clauses Are Those effec􀆟ve 18 December 2024, The Daffars Provisions And Clauses Are Those Effec􀆟ve 16 October 2024. iv. This Procurement Is Being Issued As A Total Small Business Set‐aside. The North American Industry classifica􀆟on System Code Is 532490 With A Size Standard Of $40.0m. v. The Right To Make Mul􀆟ple Or No Award Is Reserved In The Event It Is Advantageous To The government To Do So. vi. Davis‐monthan Air Force Base Intends To Award A Firm‐fixed Price Contract For The Following Clin structure: a. Clin 0001 - Traffic Control Plan Development / Management clin 0002 - Off-base Traffic Control Implementation clin 0003 - On-base Traffic Control Implementation clin 0004 - Equipment Rental clin 0005 - Other Direct Costs clin 0006 - Traffic Plan Site Survey clin 0007 - Delivery Of Equipment clin 0008 - Training Of Augmentees vii. The Government Will Place An Order With The Offerer Whose Quote Meets Lowest Price And Technical acceptability. Technical Acceptability Is Defined And Referred To Within This Solicita􀆟on Document As the Offeror’s Capability Statement To Meet The Defined Pws Of The Product. viii. Viii. Important Dates/times (all Times Are Pacific Daylight Time) a. All Ques􀆟ons Must Be Submi􀆩ed By Email No Later Than 2pm Februray 24, 2025. b. All Quotes Must Be Submi􀆩ed By Email No Later Than 2pm Februray 25, 2025. ix. It Is The Responsibility Of The Offerer To Review The Pos􀆟ng For Any Changes Or Amendments That May occur Concerning This Rfq. It Is The Responsibility Of The Offerer To Ensure All Quotes And/or ques􀆟ons Are Submi􀆩ed In A 􀆟mely Manner By Specified Due Date. x. Point Of Contacts: a. Primary: Jonathan Turk, Email: Jonathan.turk@us.af.mil, 520‐228‐5405 b. Alternate: Gavin Corcoran, Email: Gavin.corcoran.1@us.af.mil, 520‐228‐5484 xi. A􀆩achments a. Performance Work Statement b. Provisions And Clauses c. Wage Determina􀆟ons d. Special Event Permit Application Checklist e. Satellite Images Of Off Base Roads Requiring Traffic Control f. On Base Parking Lot Maps amendment 0001 (all Changes Marked In Red) 52.212-2 Evalua􀆟on-commercial Products And Commercial Services (nov 2021) the Government Will Award A Contract Resul􀆟ng From This Solicita􀆟on To The Responsible Offeror Whose Offer conforming To The Solicita􀆟on Will Be Most Advantageous To The Government, Price And Other Factors considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Technical Capability Of The Service Offered To Meet The Government Requirement; (ii) Price; the Lowest Priced Offer Will Be Evaluated For Technical Acceptability And Best Value To The Government. If found Technically Acceptable And Found To Be The Best Value Award Will Be Made Without Further considera􀆟on. If Found Technically Unacceptable The Government Will Evaluate The Next Lowest Offer For technical Acceptability Un􀆟l Award Can Be Made To The Lowest Priced Technically Acceptable Offeror. Past performance Will Not Be Evaluated. Therefore, The Offeror’s Ini􀆟al Offer Should Contain The Offeror’s Best terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct discussions If Later Determined By The Contrac􀆟ng Officer To Be Necessary. Offers That Fail To Furnish Required representa􀆟ons Or Informa􀆟on, Or Reject The Terms And Condi􀆟ons Of The Solicita􀆟on May Be Excluded From considera􀆟on. op􀆟ons. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Op􀆟ons To the Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If the Op􀆟on Prices Are Significantly Unbalanced. Evalua􀆟on Of Op􀆟ons Shall Not Obligate The Government To exercise The Op􀆟on(s). a Wri􀆩en No􀆟ce Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror within The 􀆟me For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Ac􀆟on by Either Party. Before The Offer's Specified Expira􀆟on 􀆟me, The Government May Accept An Offer (or Part Of an Offer), Whether Or Not There Are Nego􀆟a􀆟ons A􀅌er Its Receipt, Unless A Wri􀆩en No􀆟ce Of Withdrawal Is received Before Award. (end Of Provision) 52.232-18 Availability Of Funds. (apr 1984) funds Are Not Presently Available For This Contract. The Government’s Obliga􀆟on Under This Contract Is con􀆟ngent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be made. No Legal Liability On The Part Of The Government For Any Payment May Arise Un􀆟l Funds Are Made available To The Contrac􀆟ng Officer For This Contract And Un􀆟l The Contractor Receives No􀆟ce Of Such availability, To Be Confirmed In Wri􀆟ng By The Contrac􀆟ng Officer. (end Of Clause) (a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resolu􀆟on Of Concerns From Offerors, poten􀆟al Offerors, And Others For This Acquisi􀆟on. When Requested, The Ombudsman Will Maintain Strict confiden􀆟ality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not Affect The authority Of The Program Manager, Contrac􀆟ng Officer, Or Source Selec􀆟on Official. Further, The Ombudsman does Not Par􀆟cipate In The Evalua􀆟on Of Proposals, The Source Selec􀆟on Process, Or The Adjudica􀆟on Of protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested Party To Another Official Who can Resolve The Concern. (b) Before Consul􀆟ng With An Ombudsman, Interested Par􀆟es Must First Address Their Concerns, Issues, disagreements, And/or Recommenda􀆟ons To The Contrac􀆟ng Officer For Resolu􀆟on. Consul􀆟ng An ombudsman Does Not Alter Or Postpone The 􀆟melines For Any Other Processes (e.g., Agency Level Bid protests, Gao Bid Protests, Requests For Debriefings, Employee‐employer Ac􀆟ons, Contests Of Omb Circular a‐76 Compe􀆟􀆟on Performance Decisions). (c) If Resolu􀆟on Cannot Be Made By The Contrac􀆟ng Officer, The Interested Party May Contact The ombudsman, [insert Names, Addresses, Telephone Numbers, Facsimile Numbers, And E‐mail Addresses Of center/majcom/fldcom/dru/dafrco Ombudsman/ombudsmen]. Concerns, Issues, Disagreements, And recommenda􀆟ons That Cannot Be Resolved At The Center/majcom/fldcom/dru Ombudsman Level, May be Brought By The Interested Party For Further Considera􀆟on To The Department Of The Air Force ombudsman, Associate Deputy Assistant Secretary (adas) (contrac􀆟ng), Saf/aqc, 1060 Air Force pentagon, Washington Dc 20330‐1060, Phone Number (571) 256‐2395, Facsimile Number (571) 256‐2431. (d) The Ombudsman Has No Authority To Render A Decision That Binds The Agency. (e) Do Not Contact The Ombudsman To Request Copies Of The Solicita􀆟on, Verify Offer Due Date, Or Clarify technical Requirements. Such Inquiries Shall Be Directed To The Contrac􀆟ng Officer. (end Of Clause) 5352.201-9101 Ombudsman (jul 2023) 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ods) (jun 2024) (a) Contractors Shall Not: (1) Provide Any Service Or Product With Any Specification, Standard, Drawing, Or Other Document That requires The Use Of A Class I Ods In The Test, Operation, Or Maintenance Of Any System, Subsystem, Item, component, Or Process; Or (2) Provide Any Specification, Standard, Drawing, Or Other Document That Establishes A Test, Operation, Or maintenance Requirement That Can Only Be Met By Use Of A Class I Ods As Part Of This Contract/order. (b) For The Purposes Of Departmet Of The Air Force Policy, The Following Products That Are Pure (i.e., They meet The Relevant Product Specification Identified In Afi 32-7086) Are Class I Odss: (1) Halons: 1011, 1202, 1211, 1301, And 2402; (2) Chlorofluorocarbons (cfcs): Cfc-11, Cfc-12, Cfc-13, Cfc-111, Cfc-112, Cfc-113, Cfc-114, Cfc-115, cfc-211, Cfc-212, Cfc-213, Cfc-214, Cfc-215, Cfc-216, And Cfc-217, And The Blends R-500, R-501, R-502, and R-503; And (3) Carbon Tetrachloride, Methyl Chloroform, And Methyl Bromide. [note: Material That Uses One Or More Of These Class I Odss As Minor Constituents Do Not Meet The department Of The Air Force Definition Of A Class I Ods.] (end Of Clause)
Closing Date25 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Oregon city:bend delineated Area: north: Nw Spruce Ave, Redmond, Or south:murphey Rd, Bend, Or east:ne 9th St, Redmond, Or west:nw Mount Washington Dr, Bend, Or gross Square Feet:3,880 - 4,850 net Square Feet: 3,376 - 4,220 space Type: Retail gov Parking Spaces (total): 13 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer:thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government Is Considering Relocation To An 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, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J - Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00060 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 1. The Dpwh Regional Office Ii, Through The Dpwh Fy 2025 Nep (epa - Early Procurement Activity) Intends To Apply The Sum Of ₱29,348,545.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00060: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 Contract Id No. : 25b00060 Location : Gattaran, Cagayan Brief Project Description : Asphalt Overlay, Length = 1.2077 Km, 2.4154 Lane-km (as Per Survey), With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick – Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱29,348,545.00 Contract Duration : 116 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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 The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 29.3 Million (USD 500.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il. project Description: the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document. federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: shardae Webb contract Specialist shardae.webb@va.gov secondary Point Of Contact: william Henkel contracting Officer william.henkel@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Closing Date17 Feb 2025
Tender AmountRefer Documents 
7371-7380 of 7496 archived Tenders