Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitation – Boundary Line Maintenance For B. Everett Jordan Lake, Moncure, Nc solicitation No. W912pm25q0006. This Solicitation Is Issued As An Rfq. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued Under The Authority Of Far Part 13 Simplified Acquisition Procedures. This Combined Synopsis/solicitation Is Being Issued As A Small Business Set-aside. this Solicitation Is A Request For Quote (rfq). This Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective November 12, 2024. The Associated North American Industry Classification System (naics) Code For This Procurement Is 561730 With A Size Standard Of $9,500,000.00. the U.s. Army Corps Of Engineers, Wilmington District Is Requesting Services Brush And Tree Limb Cutting, Painting, And Signing Approximately 41 Miles Of Existing United States Government’s Property Boundary To Maintain A Highly Visible Boundary Line At B. Everett Jordan Lake. The Contractor Shall Not Be Establishing New Boundary Lines Or Conducting Any Land Survey Activities. the Resulting Award Issued From This Request Will Result In One Award. Service Contract Act Wage Determination 2015-4393 Rev 27, Dated 07-22-2024 For Wake County, Nc And 2015-4373, Rev 27, Dated 07-22-2024 For Chatham County, Nc Will Apply. The Offeror Is Responsible For Referring To The Wage Determination And Applying It As Applicable. the Following Documents Have Been Provided: a21 - Combined Synopsis-solicitation – Bej Boundary Line Maintenance – W912pm25q0006 - Final questions Are Due Not Later Than 4:00 Pm, Edt, 08 January 2025. quotes Are Due Not Later Than 2:00 Pm, Edt, 22 January 2025. submit Questions & Quotes Electronically Via Email To Both Shaun.m.mckenna@usace.army.mil And Jenifer.m.garland@usace.army.mil. It Is Your Responsibility To Follow Up And Ensure Quotes Have Been Received By The Contract Specialist Prior To The Due Date And Time For Quotes. evaluation Of Award: The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Issuance Of Award Will Be Made To The Lowest Price Offeror That Is Technically Acceptable. price Quote And Technical Proposal: Each Offeror Must Submit Both A Price Quote And A Technical Proposal Via Email. The Technical Proposal Shall Include The Documentation In Certification And Documented Past Experience. See Provision 52.212-2 Within The Solicitation. No Hard Copies Will Be Accepted Or Evaluated. Both The Price Quote And Technical Proposal Must Be Received By The Closing Date And Time Set Forth Within The Solicitation. In An Effort To Reduce Paper And Cost, All Quotes Shall Be Submitted Electronically. All Submissions Shall Be In Adobe Pdf Format And Shall Be On 8 ½ X 11 Size Pages In No Less Than 10 Pitch Or 10 Fonts. The Pricing Quote Can Be In Microsoft Excel Spreadsheet Format Provided Within The Solicitation. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce Fie Size And Facilitate Electronic Transmission. title File(s) In The Following Format: w912pm25q0006_company Name_pricing w912pm25q0006_company Name_technical in Accordance With Far 52.212-1(k), Each Prospective Awardee Shall Be Registered And Be Active In The Sam Database Prior To Award. If The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer (nlt Due Date/time Of Solicitation), The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Offeror. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At Https://www.sam.gov Or By Calling 866-606-8220, Monday – Friday From 8am – 8pm Est. the Government Reserves The Right To Cancel This Solicitation. this Announcement And Written Request For Quote Constitutes The Only “request For Quote” That Will Be Made For This Requirement.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Ohio
city: Ashtabula delineated Area: north: Route 531
east: Route 11
south: Highway 90
west: Jefferson Road To Bunker Hill Road To West Avenue To Lake Avenue minimum Sq. Ft. (aboa): 5,396 Aboa Sf
maximum Sq. Ft. (aboa): 5,666 Aboa Sf
space Type: Office
parking Spaces (total): 26 Spaces
parking Spaces (surface): 26 Spaces
parking Spaces (structured): 0 Structured Spaces
parking Spaces (reserved): 0 Structured Spaces
full Term: 10 Years
firm Term: 5 Years
option Term: N/a additional Requirements: • Space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
• Regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 2 City Blocks Or 600 Feet, Whichever Is Less.
• Office Space Must Be Contiguous, On One Floor.
• Space Should Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities.
• Space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. Space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
• Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative.
• All Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date.
• In Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement / Permission To Represent Multiple Interested Parties For The Same Submission.
• The Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As 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 6am – 6pm (excluding Saturdays, Sundays And Federal Holidays).
• Reference Project Number: 1oh2268. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Flood Plain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Ashtabula, Oh, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: January 30, 2025
market Survey (estimated): Tbd
occupancy (estimated): March 2025
send Expressions Of Interest To: name/title: Dominic Vedder, Transaction Manager, Cbre address: 8350 Broad Street Suite 1100 Mclean, Va 22102
office: (703) 852-6215
email Address: Dominic.vedder@gsa.gov name/title: Stephen Morris, Cbre
address: 950 Main Avenue, Suite 200, Cleveland, Oh 44113
office: (216) 658-6115
email Address: Stephen.morris2@cbre.com with A Copy To:
lease Contracting Officer Rhonda Rogers, Gsa Lease Contracting Officer
email Address: Rhonda.rogers@gsa.gov
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. The Medical Regional Contracting Office- West, Fort Bliss, Tx, Has An Upcoming Requirement To Solicit For And Award A Contract To Provide Full Service, On-site Maintenance On The Hologic Tissue Processors Located In Pathology For William Beaumont Army Medical Center Ft. Bliss, Tx. Basic Requirement Details Are Listed Below. This Request Is Anticipated To Result In A Firm Fixed-priced Contract To Provide Maintenance Services For A Base Period And Four, One-year Options. The Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees’, Regarding This Requirement Is Strictly Prohibited. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Services. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. the North American Classification System (naics) Code For This Requirement Is 811210 – “electronic And Precision Equipment Repair And Maintenance.” The Small Business Size Standard In Millions Of Dollars Is $34.0. this Is A Follow-on Requirement To Contract W81k00-22-p-0065 Awarded To Cenmed Enterprises Inc. responses To This Sources Sought Notice Should Demonstrate The Firm’s Ability, Capability, And Responsibility To Provide And Deliver The Products Listed Below. In Response To This Notice, Interested Parties Shall Submit A Written Statement Of Capability Limited Up To 5 Pages And Shall Include The Following Information: •offeror’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. •offeror’s Interest In Providing A Proposal/quote On The Solicitation When It Is Issued. •offeror’s Capability To Provide The Products Being Requested. •for Reference The Proposed Offeror Must Be Able To Provide Service To The Following Item(s): 1.1 Tissue Processor-manf: Hologic, Mdl: Thin Prep 2000, Sn: N0465h20d0 1.2. Tissue Processor-manf: Hologic, Mdl, Thin Prep 2000, Sn: N0466h2d0 1.3. Tissue Processor-manf: Hologic, Mdl: Thin Prep 5000, Sn: 92278g20d0 proposed Vendor Must Be Able To Deliver/service To William Beaumont Army Medical Center Ft. Bliss, Tx. offeror’s Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability. interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. interested Offerors Shall Respond To This Sources Sought Notice No Later Than 05 February 2025 At 05:00 P.m Mountain Standard Time. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov At The Time Of Proposal Submission To Be Eligible For Award Of Government Contracts. Email Your Response To Sfc Jamiley Timsah, Contract Specialist: Jamiley.k.timsah.mil@health.mil. Telephonic Inquiries Will Not Be Honored. Email Is The Only Current Method For Contact.
Bureau Of Internal Revenue Tender
Housekeeping Services
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 125 K (USD 2.1 K)
Details: Description Labor And Materials For The General Cleaning Of Various Air-conditioning Units At Rdo No. 58 - Batangas City, West Batangas Css Area Bir-2024-05-02-0130-rdo58-ppe Ceiling Cassette General Cleaning Qty: 1 Set Css Area Bir-2024-05-02-0129-rdo58-ppe Ceiling Cassette General Cleaning Qty: 1 Set Onett Bir-rd58-2020-oe-ai-7001-15 Ceiling Cassette General Cleaning Qty: 1 Set Arta Desk Area Bir-rd58-2020-oe-ai-7001-14 Ceiling Cassette General Cleaning Qty: 1 Set Entrance Bir-rd58-2020-oe-ai-7001-13 Ceiling Cassette General Cleaning Qty: 1 Set Css Area Bir-rd58-2020-oe-ai-7001-16 Ceiling Cassette General Cleaning Qty: 1 Set Assessment Section Bir-rd58-2020-oe-ai-7001-19 Ceiling Cassette General Cleaning Qty: 1 Set Assessment Section Bir-rd58-2020-oe-ai-7001-20 Ceiling Cassette General Cleaning Qty: 1 Set Assessment Section Bir-rd58-2020-oe-ai-7001-18 Ceiling Cassette General Cleaning Qty: 1 Set Online Survey Bir-2024-05-02-928-ai-rdo58-ppe Ceiling Cassette General Cleaning Qty: 1 Set Assessment Section Bir-rd58-d-220-oe-ai-003 Floor Mounted General Cleaning Qty: 1 Set Assessment Section Bir-rd58-d-220-oe-ai-004 Floor Mounted General Cleaning Qty: 1 Set Admin Section Bir-2020-05-02-0076-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Collection Section Bir-2023-05-02-0078-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Rdo's Office Bir-2020-05-02-077-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Onett Bir-2023-05-02-0075-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Office Of The Rdo Bir-2023-05-02-0074-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Conference Room Bir-2023-05-02-0073-ai-rdo58-ppe Wall Mounted General Cleaning Qty: 1 Set Server Room Bir-2023-05-02-0071-ai-rdo58-ppe Window Type General Cleaning Qty: 1 Set Server Room Bir-rd58-2020-oe-ai-7004-21 Window Type General Cleaning Qty: 1 Set Pantry Bir-rd58-2020-oe-ai-7001-21 Window Type General Cleaning Qty: 1 Set Office Of The Rdo Bir-2013-05-02-006-ai-rdo58-ppe Window Type General Cleaning Qty: 1 Set Collection Area Bir-rd58-d-2020-oe-ai-001 Window Type General Cleaning Qty: 1 Set Onett Releasing Bir-rd58-d-2020-oe-ai-002 Window Type General Cleaning Qty: 1 Set Elounge Bir-rr9a-2023-oe-ai- 7001-9 Window Type General Cleaning Qty: 1 Set Repair, Supply And Installation Of The Following Parts: Collection Section Bir-2023-05-02-0078-ai-rdo58-ppe Swing Motor Qty: 1 Lot Receiver Board Harness Qty: 1 Set Supply And Installation Of: Outdoor Board Qty: 1 Set Admin Section Bir-2020-05-02-0076-ai-rdo58-ppe System Reprocess Wall Mount Inverter Qty: 1 Set Scope Of Works: 1. Test For Leak And Dehydration 2. Flushing The System With Dry Nitrogen 3. Vacuuming The System 4. Recharging Of Freon X-x-x-nothing Follows-x-x-x
Oriental Mindoro Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 7.1 Million (USD 122.8 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Bulalacao Invitation To Bid For Opening And Concreting Of Diversion Road - Rumbia - Lipsong -lapnag Access Road And Drainage System Reference No. 11752865 February 6, 2025 1.the Municipality Of Bulalacao, Through The 20% Development Fund 2025 Intends To Apply The Sum Of Seven Million, One Hundred Twenty Four Thousand, Five Hundred Ninety Nine Pesos And Fifty Six Centavos (7,124,599.56) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Opening And Concreting Of Diversion Road - Rumbia - Lipsong -lapnag Access Road And Drainage System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Municipality Of Bulalacao, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required By One Hundred Twenty Calendar Days (120). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Opening And Concreting Of Diversion Road - Rumbia - Lipsong -lapnag Access Road And Drainage System Item No. Scope Of Work Quantity Unit B.4(1) Construction Survey And Staking 0.70 Km B.4(2) Slope, Reference, And Clearing And Grubbing Stakes 0.70 Km B.5 Project Billboard 2.00 Ea B.9 Mobilization/demobilization 1.00 Ls 100(1) Clearing & Grubbing (with Stripping) 5,600.00 Sq.m 100(3)a.1 Individual Removal Of Trees (small A, 150mmø Up To 300mmø) 100.00 Ea 102(2) Surplus Common Excavation 25,210.13 Cu.m 103(6) Pipe Culverts And Drain Excavation 24.00 Cu.m 104(1)a Embankment From Roadway Excavation (common Soil) 1,481.18 Cu.m 105(1)a Subgrade Preparation (common Materials) 5,600.00 Sq.m 200(1) Aggregate Subbase Course 700.00 Cu.m 500(1)a.4 Pipe Culverts (1220) Rcpc 16.00 Lm 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Municipality Of Bulalacao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 From The Given Address And Upon Payment Of Non-refundable Fee Of Php 10,000.00. The Municipality Of Bulalacao Shall Allow The Bidder To Present Its Proof Of Payment Through Official Receipt. 6.the Municipality Of Bulalacao, Will Hold A Pre-bid Conference On February 20, 2025 At 9:00 Am At The Municipal Conference Hall, Bulalacao, Oriental Mindoro, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 6, 2025, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9.bid Opening Shall Be On March 6, 2025 During Office Hour Before 9:30 Am At Municipal Conference Hall, Bulalacao, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Municipality Of Bulalacao, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Bernadette M. Sapungan Bac Secretariat Municipal Building Salas St. Poblacion, Bulalacao,oriental Mindoro 5214 Bernadethsapungan@yahoo.com 09504683190 Sgd. Engr. Diana C. De Guzman Bac Chairman/municipal Engineer
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Requirements Description: this Is A Market Survey To Locate Potential Sources To Acquire The Listed Spare Parts Within Table 1. For The An/vas-5b Dve. The An/vas-5b Is An Uncooled Thermal Imaging Systems Developed For The Use Of Drivers Operating A Multitude Of Combat Vehicles (cv), Tactical Wheeled Vehicles (twv) And Platforms That Fall Under Abrams Combat Vehicle (cv). The System Consists Of A Sensor, A Pan And Tilt Assembly, And Display Screen. The Driver’s Vision Enhancer (dve) Is A Top Priority System Of The Us Army Armor Center And Other Training And Doctrine Command (tradoc) That Supports A Wide Variety Of Vehicles Within Heavy Brigade Combat Team (hbct), Infantry Brigade Combat Team (ibct), Stryker Brigade Combat Team (sbct) And Other Active Army And Army National Guard Units. the Acquisition Contract Requirements Will Be As Follows: requirements: the Performance Specification, Mil-prf-49256e Driver Vision Enhancer – Family Of Systems (dve-fos), An/vas 5a-5b Dated 07 Nov 2022 Details The Requirements That The Supplier Will Need To Meet In Order To Be Considered Fully Qualified. Mil-prf-49256e Is Listed As Distribution Statement C. - Distribution Authorized To U.s. Government Agencies And Their Contractors. Other Requests For This Document Shall Be Referred To Product Manager Ground Sensors, Attn: Sfae-iew-tg, Fort Belvoir, Va 22060. the Interface Control Document (icd), A3325865 (rev C) For The Dve-fos Contains The Interfaces That The Dve-fos Supplier Will Need To Meet To Be Considered Fully Qualified. The Specifications Contain Information That Has Been Designated As “militarily Critical Technical Data.” Only Businesses That Have Been Certified By The Department Of Defense, United States/canada Joint Certification Office, And Have A Valid Requirement May Obtain A Copy Of Dd Form 2345, Militarily Critical Technical Data Agreement. must Have The Same Form, Fit And Function (f3) Of The Items Within Table 1. below Are The Dve Identified Spare Parts And Components With Their Corresponding National Stock Numbers (nsn) And/or Part Number For This Effort: table 1 nsn part Number description 5998-01-591-2293 1000472-029 electronic Components Assembly (eptm/cm/cable Set) consisting Of: 6110-01-591-0045 1000472-019 controller Electrical (cm Only) 5855-01-591-0050 1000472-009 pan & Tilt Assembly, Thermal Viewer (eptm Only) 5995-01-591-0420 08080186-1 cable Assembly, Special Purpose, Electrical (sm Cable) notice, Response Due Date, And Points Of Contact: this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Announcement (ssa) Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Ssa Is For Planning And Market Research Purposes Only, and Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future. all Ssa Responses Should Be Emailed To The Technical And Competition Advocate Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Competition Advocate. The Potential Vendors Will Prove They Have The Capability To Manufacture Dve Parts Listed Within Table 1. The Responses Must Include Documentation Such As Drawings, Test Results, Or Other Technical Information Demonstrating That The Suppliers Can Provide The Items Within Table 1. All Proprietary And Restricted Information Shall Be Clearly Marked. please Submit Responses By 07 March 2025 technical Points Of Contact: primary Point Of Contact: vidal Candelaria electronics Engineer, Integrated Battlefield Intelligence And Sensors Branch vidal.candelaria.civ@army.mil secondary Point Of Contacts: jesenia Velez chief, Integrated Battlefield Intelligence And Sensors Branch jesenia.c.velez.civ@army.mil niklas A. Skinner contracting Officer's Representative (cor) niklas.a.skinner2.civ@army.mil dla Aberdeen Small Business: Smbizlandcols@dla.mil
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+1Excavation
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 7 Million (USD 119.7 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com January 16, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300(200)25-01-001(o) Contract Name: Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Location/purpose: For The Use In The Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Approved Budget For The Contract (abc): P7,000,000.00 (inclusive Of All Applicable Taxes) Bidders/ Contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 84.40 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their Three (3) Copies Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting January 17 - 23, 2025 Pre-bid Conference January 24, 2025@09:00am Availability And Issuance Of Bidding Documents January 17, 2025 – February 06, 2025@ 08:30am Deadline For The Submission Of Bids February 06, 2025@ 08:30am Bid Opening And Evaluation February 06, 2025@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Ten Thousand Pesos Only (php10,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex: Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Pr#300(200)25-01-001(o) Abc: P7,000,000.00 Item Activity Description Unit Qty Part A Facilities For The Engineer A.1.4(1) Provision Of Progress Photographs Each 80.00 A.1.1(3) Construction Of Field Office For The Engineer L.s. 1.00 Part B Other General Requirements B.4(1) Construction Survey And Staking Km 0.25860 B.5 Project Billboard (information & Publicity) Each 1.00 B.7(2) Occupational Safety And Health Program L.s 1.00 B.9 Mobilization/demobilization L.s 1.00 Part C Earthworks Spl 1 Soil Excavation Cu.m. 20,872.589 ***nothing Follows***
INDIAN HEALTH SERVICE USA Tender
Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: On-site Preventative Maintenance Services To Three (3) Chinle Service Unit Facilities; Chinle Comprehensive Health Care Facility, Tsaile Health Center, And Pinon Health Center Optometry Departments. tracking Number: Ihs1503330 the Indian Health Service (ihs), Chinle Comprehensive Health Care Facility, Tsaile Health Center, And Pinon Health Center Is Seeking Capable Sources To Perform Annual On-site Calibration, Repairs And Adjustments To Optometry Equipment, Meeting Or Exceeding Manufacturer Recommendations. Refer To Attached Scope Of Work And Equipment List. the Anticipated Period Of Performance Dates Is One 1-year Base Period Plus Two 1-year Option Periods, Tentative Start Date 05/01/2025. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811211 Consumer Electronics Repair And Maintenance With A Small Business Size Standard Of $8.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) This Notice’s Closing Date/time. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 811211 Consumer Electronics Repair And Maintenance if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Sam Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: tanya Begay, Supervisory Contract Specialist, 928-674-7635, Tanya.begay2@ihs.gov place Of Performance: chinle Comprehensive Health Care Facility off Highway 191 & Hospital Drive chinle, Az 86503 this Is Not A Solicitation. no Questions Will Be Accepted Regarding This Notice. attachments: * Hhs Buy Indian Self-representation Form * Scope Of Work And Equipment List
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: De Diego Ave With Sr22 (express Jose De Diego And Highway 18) East To Calle Calaf Continue East Until Intersection With Sr25 (ave. Ponce De Leon) east: Continue Sr25 South Until Intersection With Sr17 (ave. Jesus T Pinero) West. south: Sr17 West Until Intersection With De Diego Ave, North. west: Highway 18 (las America Expressway) To Calaf. (see Attached Map) minimum Sq. Ft. (aboa): 23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces: 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). The Location Of These Spaces Must Provide Protection From Inclement Weather. 143 Parking Spaces Made Available In The Same Location, Either Onsite Or Immediately Adjacent To The Offered Premises. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Preference For The Following Two Block(s) Of Space Is To Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. a Building Cistern System Is Required subleases Are Not Acceptable. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: March 7, 5:00 Pm Edt market Survey (estimated): March 13, 2025 occupancy (estimated): September 1, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information lease Contracting Officer:eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 19.1 Million (USD 328.2 K)
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 19,173,712.74 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-14. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Canal - Libuganon Ris, Completion Of The Work Required 200 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address 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 (p25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 2 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, 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 By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
8491-8500 of 10000 archived Tenders