Taxi Tenders

Taxi Tenders

Government Of New Brunswick Tender

Automobiles and Auto Parts
Canada
Details: Transportation And Travel Services Taxicab Services Taxi Passenger Service Horizon Health Network (hhn) Is Looking For Information On Staff Transportation Services. Hhn Staff Must From Time To Time, Accompany Ambulance New Brunswick (anb) In The Transfer Of Patients From One Facility To Another For Medical Care. Anb Is Not Responsible For The Return Of Staff Back To The Originating Facility. The Successful Suppliers In This Tender Will Be Dispatched To Return The Staff. Interested Suppliers With Proven Expertise In Transportation Of People And Can Provide A Solution Are Invited To Bid. Suppliers Must Have The Ability To Provide Availability For A 24/7/365 Service. For Further Details And Instructions On How To Present, Please Visit: Https://snb.bonfirehub.ca/opportunities/87715 This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Stadt Bad Pyrmont Tender

Services
Civil And Construction...+1Civil Works Others
Germany
Details: Title: Freianlagenplanung Bahnhofsvorplatz Bad Pyrmont description: Die Stadt Bad Pyrmont (ag), Beabsichtigt, Planungsleistungen Der Leistungsbilder Objektplanung Freianlagen Nach Anlage 11 Hoai Und Der Technischen Ausrüstung (wasserspiel) Nach Anlage 15 Hoai Für Die Baumaßnahme "umgestaltung Bahnhofsvorplatz Inklusive Kreisverkehr" Zu Vergeben. Der Ag Beabsichtigt, Für Das Leistungsbild Der Objektplanung Freianlagen Und Für Das Leistungsbild Der Technischen Ausrüstung Betreffend Das Wasserspiel Die Leistungsphasen 1-9 Ausführen Zu Lassen. Im Zuge Der Baumaßnahme Soll Der Bahnhofsvorplatz Der Stadt Bad Pyrmont Mit Dem Ziel Einer Vollständigen Funktionalen Und Gestalterischen Neuordnung Umgestaltet Werden. Wesentliche Aspekte Sind Dabei Die Verkehrssicherheit Für Alle Verkehrsteilnehmer, Die Barrierefreiheit, Die Verbesserung Der Anbindung Des Öpnv An Den Bahnhof, Die Vergrößerung Der Aufenthaltsqualität, Die Neuordnung Des Parkens (mit Kurzzeit-, Taxi- Und Behindertenstellplätzen) Sowie Die Errichtung Neuer Attraktiver Fahrradabstellanlagen. Die Ziele Werden Konkret Durch Eine Veränderte Zuwegung In Form Eines Kreisverkehrs, Die Neugestaltung Des Vorplatzes Selbst Sowie Die Errichtung Eines Busbahnhofs Realisiert. Zur Ermittlung Des Beschaffungsbedarfes Hat Die Stadt Bad Pyrmont Eine Umfassende Grundlagenermittlung Durchführen Lassen. Ergebnis Dieser Grundlagenermittlung Ist Der Erläuterungsbericht Der Shp Ingenieure Mit Stand September 2022. Das Ergebnis Dieses Erläuterungsberichts Ist Durch Die Verantwortlichen Politischen Gremien Im Frühjahr 2022 Bestätigt Worden Und Soll Nunmehr Realisiert Werden. Der Genannte Erläuterungsbericht Liegt Mit Anlagen Den Vergabeunterlagen Bei. Der Ag Geht Derzeit Von Herstellungskosten In Höhe Von Ca. 4.300.000 Eur Brutto Aus. Hiervon Entfallen Ca. 416.000 Eur Brutto Auf Die Herstellung Der Freianlagen Und Ca. 63.000 Eur Auf Die Technische Ausrüstung Für Das Wasserspiel.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Stadt Bad Pyrmont Tender

Services
Civil And Construction...+1Civil Works Others
Germany
Details: Title: Freianlagenplanung Bahnhofsvorplatz Bad Pyrmont description: Die Stadt Bad Pyrmont (ag), Beabsichtigt, Planungsleistungen Der Leistungsbilder Objektplanung Freianlagen Nach Anlage 11 Hoai Und Der Technischen Ausrüstung (wasserspiel) Nach Anlage 15 Hoai Für Die Baumaßnahme "umgestaltung Bahnhofsvorplatz Inklusive Kreisverkehr" Zu Vergeben. Der Ag Beabsichtigt, Für Das Leistungsbild Der Objektplanung Freianlagen Und Für Das Leistungsbild Der Technischen Ausrüstung Betreffend Das Wasserspiel Die Leistungsphasen 1-9 Ausführen Zu Lassen. Im Zuge Der Baumaßnahme Soll Der Bahnhofsvorplatz Der Stadt Bad Pyrmont Mit Dem Ziel Einer Vollständigen Funktionalen Und Gestalterischen Neuordnung Umgestaltet Werden. Wesentliche Aspekte Sind Dabei Die Verkehrssicherheit Für Alle Verkehrsteilnehmer, Die Barrierefreiheit, Die Verbesserung Der Anbindung Des Öpnv An Den Bahnhof, Die Vergrößerung Der Aufenthaltsqualität, Die Neuordnung Des Parkens (mit Kurzzeit-, Taxi- Und Behindertenstellplätzen) Sowie Die Errichtung Neuer Attraktiver Fahrradabstellanlagen. Die Ziele Werden Konkret Durch Eine Veränderte Zuwegung In Form Eines Kreisverkehrs, Die Neugestaltung Des Vorplatzes Selbst Sowie Die Errichtung Eines Busbahnhofs Realisiert. Zur Ermittlung Des Beschaffungsbedarfes Hat Die Stadt Bad Pyrmont Eine Umfassende Grundlagenermittlung Durchführen Lassen. Ergebnis Dieser Grundlagenermittlung Ist Der Erläuterungsbericht Der Shp Ingenieure Mit Stand September 2022. Das Ergebnis Dieses Erläuterungsberichts Ist Durch Die Verantwortlichen Politischen Gremien Im Frühjahr 2022 Bestätigt Worden Und Soll Nunmehr Realisiert Werden. Der Genannte Erläuterungsbericht Liegt Mit Anlagen Den Vergabeunterlagen Bei. Der Ag Geht Derzeit Von Herstellungskosten In Höhe Von Ca. 4.300.000 Eur Brutto Aus. Hiervon Entfallen Ca. 416.000 Eur Brutto Auf Die Herstellung Der Freianlagen Und Ca. 63.000 Eur Auf Die Technische Ausrüstung Für Das Wasserspiel.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Stadt Bad Pyrmont Tender

Services
Civil And Construction...+1Others
Germany
Details: Title: Objektplanung Und Tragwerksplanung Bahnhofsvorplatz Bad Pyrmont description: Die Stadt Bad Pyrmont (ag), Beabsichtigt, Planungsleistungen Der Leistungsbilder Objektplanung Gebäude Und Innenräume Nach Anlage 10 Hoai Und Tragwerksplanung Nach Anlage 14 Hoai Für Die Baumaßnahme "umgestaltung Bahnhofsvorplatz Inklusive Kreisverkehr" Zu Vergeben. Der Ag Beabsichtigt, Für Die Genannten Leistungsbilder Vom Auftragnehmer Die Leistungsphasen 1-9 (leistungsbild Objektplanung Gebäude Und Räume) Bzw. 1-6 (leistungsbild Tragwerksplanung) Ausführen Zu Lassen. Beide Leistungsbilder Beziehen Sich Auf Die (teil-) Überdachung Des Busbahnhofes. Im Zuge Der Baumaßnahme Soll Der Bahnhofsvorplatz Der Stadt Bad Pyrmont Mit Dem Ziel Einer Vollständigen Funktionalen Und Gestalterischen Neuordnung Umgestaltet Werden. Wesentliche Aspekte Sind Dabei Die Verkehrssicherheit Für Alle Verkehrsteilnehmer, Die Barrierefreiheit, Die Verbesserung Der Anbindung Des Öpnv An Den Bahnhof, Die Vergrößerung Der Aufenthaltsqualität, Die Neuordnung Des Parkens (mit Kurzzeit-, Taxi- Und Behindertenstellplätzen) Sowie Die Errichtung Neuer Attraktiver Fahrradabstellanlagen. Die Ziele Werden Konkret Durch Eine Veränderte Zuwegung In Form Eines Kreisverkehrs, Die Neugestaltung Des Vorplatzes Selbst Sowie Die Errichtung Eines Busbahnhofs Realisiert. Zur Ermittlung Des Beschaffungsbedarfes Hat Die Stadt Bad Pyrmont Eine Umfassende Grundlagenermittlung Durchführen Lassen. Ergebnis Dieser Grundlagenermittlung Ist Der Erläuterungsbericht Der Shp Ingenieure Mit Stand September 2022. Das Ergebnis Dieses Erläuterungsberichts Ist Durch Die Verantwortlichen Politischen Gremien Im Frühjahr 2022 Bestätigt Worden Und Soll Nunmehr Realisiert Werden. Der Genannte Erläuterungsbericht Liegt Mit Anlagen Den Vergabeunterlagen Bei. Der Ag Geht Derzeit Von Herstellungskosten In Höhe Von Ca. 4.300.000 Eur Brutto Aus. Die Anrechenbaren Kosten Für Die Objektplanung Gebäude Und Innenräume Betragen Nach Den Schätzungen Des Ag Ca. 590.000 Eur. Die Anrechenbaren Kosten Für Die Tragwerksplanung Betragen Ca. 380.000 Eur.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Other Organizations Tender

Transportation and Logistics
France
Details: The purpose of this contract is to define the conditions under which the Cea entrusts the holder, who accepts, with the collective transport services for personnel at the Cadarache site and the associated regulation services. The Market Is Made Up Of 5 Lots: Lot 1: Public Transport In The Pays Aixois Lot 2: Public Transport In The Alpes De Haute Provence Lot 3: Public Transport In The South Lubéron, Bouches Du Rhône Ouest And Pays Varois Lot 4: Public Transport In Marseille Lot 5: Services For Regulating Regular Lines In The Transport Plan And Provision Of The Associated Regulation System There Are Several Types Of Services, Which Are Fixed Prices, Optional Or In Estimated Shares: • The Creation Of Regular Lines (Round Trips); • The Creation Of Internal Shuttles In Reuse In The Morning Or Upstream In The Evening Of Regular Lines; • The Creation Of Regular Lines At 6:30 p.m.; • The Creation Of Restaurant Shuttle Services, 9-Seater Shuttles Or Internal Shuttles Connecting Public Lines; • The Creation Of Coach Services For The Visit To The Site Of Cadarache and Iter; • The implementation of internal taxi services; • On-site maintenance of coaches within the framework of the internal emergency plan (pui); • The implementation of specific transport services; • The variation of the transport plan in progress; • The implementation of a regulation service for regular lines of the transport plan.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Commissariat L' Nergie Atomique Et Aux Nergies Alternatives Tender

Services
Transportation and Logistics
France
Details: Title: Transport Collectif Du Personnel Du Cea De Cadarache Et Prestations De Régulation Associées description: Le Présent Marché A Pour Objet De Définir Les Conditions Suivant Lesquelles Le Cea Confie Au Titulaire, Qui Accepte, Les Prestations De Transport Collectif Du Personnel Du Site De Cadarache Et Les Prestations De Régulation Associées. Le Marché Est Composé De 5 Lots : Lot 1 : Transport Collectif Du Pays Aixois Lot 2 : Transport Collectif Des Alpes De Haute Provence Lot 3 : Transport Collectif Du Sud Lubéron, Bouches Du Rhône Ouest Et Pays Varois Lot 4 : Transport Collectif De Marseille Lot 5 : Prestations De Régulation Des Lignes Régulières Du Plan Transport Et Fourniture Du Système De Régulation Associé On Distingue Plusieurs Types De Prestations Forfaitaires, Optionnelles Ou En Parts Estimatives : • La Réalisation De Lignes Régulières (dessertes Aller – Retour) ; • La Réalisation De Navettes Internes En Réemploi Le Matin Ou En Amont Le Soir Des Lignes Régulières ; • La Réalisation De Lignes Régulières À 18h30 ; • La Réalisation De Services Navettes Restaurants, Navettes 9 Places Ou Navettes Internes Correspondance Lignes Publiques ; • La Réalisation De Services De Car En Vue De La Visite Du Site De Cadarache Et Iter ; • La Réalisation De Service De Taxis Internes ; • Le Maintien Sur Site D’autocars Dans Le Cadre Du Plan D’urgence Interne (pui) ; • La Réalisation De Prestations De Transport Spécifique ; • La Variation Du Plan De Transport En Cours D’exécution ; • La Réalisation D’une Prestation De Régulation Des Lignes Régulières Du Plan Transport. Pour Les Lots 1, 2 Et 3 Uniquement: Le Marché Est Constitué D’une Offre De Base Relative À La Mise En Place De Véhicules Euro Vi. Toutefois, Le Cea Autorise Les Candidats À Remettre, En Plus De L’offre De Base, Au Maximum Deux Variantes (non Obligatoires) Relatives Au Verdissement Du Parc De Véhicules. La Variante 1 A Trait À La Mise En Place De Véhicules Hybrides Sur Certaines Lignes La Variante 2 A Trait À La Mise En Place De Véhicules Électriques Sur Certaines Lignes. Le Détail De Ces Variantes Est Renseigné Dans Le Cahier Des Charges Et Les Modalités De Réponse Figurent Dans Le Règlement De Consultation Au §3.8. Les Variantes Ne Sont Pas Acceptées Pour Les Lots 4 Et 5.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Description: Sources Sought Response Form ellsworth Afb B-21 60 Rows South Epss sources Sought Notice #w9128f25sm014 anticipated Solicitation #tbd purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). this Project Will Provide Five (5) New Pre-engineered Metal Environmental Protection Shelters (epss), Approximately 20,000 Sf Each. This Project Is Located Directly Adjacent To And Required To Coordinate With A Variety Of Other B-21 Construction Projects. epss Are Sized To Fit The B-2a “spirit” Aircraft With Space To Perform General Aircraft Maintenance. The Project Also Includes Associated Airfield And Ground Support Equipment (gse) Paving. Supporting Facilities Include Two (3) Maintenance Kiosks, Approximately 160 Sf Each, Providing Electrical And Communication Infrastructure To The Epss. This Project Will Include A Space, Or Spaces Constructed To Afi 16-1404 Requirements. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Dod Antiterrorism/force Protection Requirements Per Unified Facilities Criteria. special Construction And Functional Requirements: The Project Will Be Constructed On / Near The Existing 60 Row At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Utilities, And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. New Airfield Apron Will Be Designed In Compliance With Ufc 3-260-02 And Will Be Constructed In Compliance With Ufgs 32 13 14.13. small Businesses Are Reminded Under Far 52.219-14© (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. (for Construction): Project Period Of Performance: 730 Calendar Days From Construction Ntp. responses: Please Respond To All Information Requested In This Notice Not Later Than (2:00 Pm) 28 Jan 2025). Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: James.r.willett@usace.army.mil And Cc Brittany.c.gull@usace.army.mil. required Information To Be Submitted In Response To This Notice: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above is Your Company Currently Registered In System For Award Management (sam)? has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements: submission Details: all Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 236220 Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature As Described In The Project Description. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $50m. Narratives Shall Be No Longer Than 12 Pages. Email Responses Are Required. please Include The Following Information In Your Response/narrative: •company Name, Address, And Point Of Contact, With Phone Number And Email Address •cage Code And Duns/eid Number •business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture •details Of Similar Projects And State Whether You Were The Prime Or Subcontractor •start And End Dates Of Construction Work •project References (including Owner With Phone Number And Email Address) •project Cost, Term, And Complexity Of Job •information On Your Bonding Capability - Specifically Identify Capacity Of Performance And Payment Bonds in Accordance With Dfars 236.204, The Magnitude Of This Project Is Expected To Range Between $25m And $100m. details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years: •construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) •construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. •construction Of Facilities To The Afi 16-1404 Or Equivalent Standards. •construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. •construction Of Facilities On A Dod Military Installation. •construction Of Facilities On An Active Airfield Flightline. •construction Of Facilities With Shared Access, Laydown, And Limits Of Work To Adjacent Projects Awarded Under Separate Contract. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. comments: provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted. estimated Construction Contract Award Will Be Second Quarter Of Fiscal Year 2026 (fy26).
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Description: Sources Sought Response Form ellsworth Afb B-21 Alert Facility sources Sought Notice #w9128f25sm016 anticipated Solicitation #tbd purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). this Project Will Provide A 22,000 Sq Ft, Single-story Lodging & Readiness Facility For B-21 Air Crews On Alert Status, As Well As An Aerospace Ground Equipment Warm Storage Facility To Support The Alert Apron Aircraft. This Project Is Located Directly Adjacent To And Required To Coordinate With A Variety Of Other B-21 Construction Projects. construction Includes Demolition Of Existing Facility And Construction Of New Drilled Pier Concrete Foundation, Steel Frame Structure, Masonry Walls, Standing Seam Metal Roof, Utilities, Painting & Surface Prep. Special Foundation Due To Local Soils. Utilities Include Domestic & Fire Protection Water, Electrical, Sewer, Gas & Stormwater Drainage. Site Improvements Include Earthwork Landscaping & Exterior Lighting. Pavements Include Parking, Sidewalks & Access Drives. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Dod Antiterrorism/force Protection Requirements Per Unified Facilities Criteria. special Construction And Functional Requirements: The Project Will Be Constructed On / Near The Existing Alert Apron At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Facilities, Utilities, And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. small Businesses Are Reminded Under Far 52.219-14© (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. (for Construction): Project Period Of Performance: 800 Calendar Days From Construction Ntp. responses: Please Respond To All Information Requested In This Notice Not Later Than (2:00 Pm) 28 Jan 2025). Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: James.r.willett@usace.army.mil And Cc Brittany.c.gull@usace.army.mil. required Information To Be Submitted In Response To This Notice: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above is Your Company Currently Registered In System For Award Management (sam)? has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements: submission Details: all Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 236220 Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature As Described In The Project Description. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $50m. Narratives Shall Be No Longer Than 12 Pages. Email Responses Are Required. please Include The Following Information In Your Response/narrative: •company Name, Address, And Point Of Contact, With Phone Number And Email Address •cage Code And Duns/eid Number •business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture •details Of Similar Projects And State Whether You Were The Prime Or Subcontractor •start And End Dates Of Construction Work •project References (including Owner With Phone Number And Email Address) •project Cost, Term, And Complexity Of Job •information On Your Bonding Capability - Specifically Identify Capacity Of Performance And Payment Bonds in Accordance With Dfars 236.204, The Magnitude Of This Project Is Expected To Range Between $25m And $100m. details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years: •construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) •construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. •construction Of Facilities To The Afi 16-1404 Or Equivalent Standards. •construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. •construction Of Facilities On A Dod Military Installation. •construction Of Facilities On An Active Airfield Flightline. •construction Of Facilities With Shared Access, Laydown, And Limits Of Work To Adjacent Projects Awarded Under Separate Contract. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. comments: provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted. estimated Construction Contract Award Will Be Second Quarter Of Fiscal Year 2026 (fy26).
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Commissariat L' Nergie Atomique Et Aux Nergies Alternatives Tender

Services
Transportation and Logistics
France
Details: Title: Transport Collectif Du Personnel Du Cea De Cadarache Et Prestations De Régulation Associées description: Le Présent Marché A Pour Objet De Définir Les Conditions Suivant Lesquelles Le Cea Confie Au Titulaire, Qui Accepte, Les Prestations De Transport Collectif Du Personnel Du Site De Cadarache Et Les Prestations De Régulation Associées. Le Marché Est Composé De 5 Lots : Lot 1 : Transport Collectif Du Pays Aixois Lot 2 : Transport Collectif Des Alpes De Haute Provence Lot 3 : Transport Collectif Du Sud Lubéron, Bouches Du Rhône Ouest Et Pays Varois Lot 4 : Transport Collectif De Marseille Lot 5 : Prestations De Régulation Des Lignes Régulières Du Plan Transport Et Fourniture Du Système De Régulation Associé On Distingue Plusieurs Types De Prestations Forfaitaires, Optionnelles Ou En Parts Estimatives : • La Réalisation De Lignes Régulières (dessertes Aller – Retour) ; • La Réalisation De Navettes Internes En Réemploi Le Matin Ou En Amont Le Soir Des Lignes Régulières ; • La Réalisation De Lignes Régulières À 18h30 ; • La Réalisation De Services Navettes Restaurants, Navettes 9 Places Ou Navettes Internes Correspondance Lignes Publiques ; • La Réalisation De Services De Car En Vue De La Visite Du Site De Cadarache Et Iter ; • La Réalisation De Service De Taxis Internes ; • Le Maintien Sur Site D’autocars Dans Le Cadre Du Plan D’urgence Interne (pui) ; • La Réalisation De Prestations De Transport Spécifique ; • La Variation Du Plan De Transport En Cours D’exécution ; • La Réalisation D’une Prestation De Régulation Des Lignes Régulières Du Plan Transport. Pour Les Lots 1, 2 Et 3 Uniquement: Le Marché Est Constitué D’une Offre De Base Relative À La Mise En Place De Véhicules Euro Vi. Toutefois, Le Cea Autorise Les Candidats À Remettre, En Plus De L’offre De Base, Au Maximum Deux Variantes (non Obligatoires) Relatives Au Verdissement Du Parc De Véhicules. La Variante 1 A Trait À La Mise En Place De Véhicules Hybrides Sur Certaines Lignes La Variante 2 A Trait À La Mise En Place De Véhicules Électriques Sur Certaines Lignes. Le Détail De Ces Variantes Est Renseigné Dans Le Cahier Des Charges Et Les Modalités De Réponse Figurent Dans Le Règlement De Consultation Au §3.8. Les Variantes Ne Sont Pas Acceptées Pour Les Lots 4 Et 5.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: The 764 Ess Contracting Squadron At Ramstein Afb, Germany Is Issuing This Sources Sought To Conduct Initial Market Research Efforts In Support Of The Reprocurement Of Bos Services. Information Submitted Will Be Used To Identify Capable, Experienced And Resourced Service Providers Experienced In Delivering The Services Discussed In Detail Below. Additionally, The Information Collected Will Guide The Development Of New Contract Language, Work Statements, Required Reporting, Performance Standards And Product Segmentation Strategies disclaimer: In Accordance With Far 15.201(e) And Far 52.215-3, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service And Your Response To This Opportunity Will Not Be Used As A Proposal. No Entitlement To Payment Of Direct Or Indirect Costs, Or Charges To The Government Will Arise Because Of A Contractor's Response. naics Code: 561210 – Facilities Support Services the Government Anticipates That North American Industry Classification System (naics) Code 561210, With A Small Business Size Standard Of $41.5m Will Apply; However, No Set-aside Determination Has Been Made By The Government At This Time. The Government Is Interested In Responses From All Businesses To Include Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-disabled Veteran-owned Small Businesses, Hub Zone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice And Identify Their Business Size Status Under The Identified Naics Code. customer/mission: Hq Usafe-afafrica, Headquartered At Ramstein Air Base, Germany, Is A Major Command (majcom) Of The United States Air Force (usaf). It Is Also The Air Component For Two Department Of Defense (dod) Unified Combatant Commands -- Useucom, Which Serves The U.s. Component Of The North Atlantic Treaty Organization (nato), And Usafricom, Which Oversees Security Cooperation Programs That Assist African Nations In Building Their Own Security Capacity. The Commander Of Usafe-afafrica Is Responsible For Delivering Full-spectrum Options To Each Of The Combatant Commanders; Leading And Supporting Joint, Coalition, Nato, And Warfighting Headquarters Operations; And Promoting Regional Stability Through Focused Theater Engagement. As Part Of This Mission, Usafe-afafrica Trains And Equips Usaf Units And Maintains Combat-ready Wings Based From Great Britain To Turkyie In Support Of Useucom. Usafe-afafrica Plans, Conducts, Controls, Coordinates And Supports Air And Space Operations In Europe And Parts Of Asia And Africa To Achieve U.s. National And Nato Objectives. The Command's Inventory Of Aircraft Is Ready To Perform Close Air Support, Air Interdiction, Air Defense, In-flight Refueling, Long-range Transport And Support Of Maritime Operations. As The Air Component Of Usafricom, Usafe-afafrica Protects And Defends The National Security Interests Of The United States By Strengthening The Defense Capabilities Of African States And Regional Organizations And, When Directed, Conducts Military Operations, To Deter And Defeat Transnational Threats And To Provide A Security Environment Conducive To Good Governance And Development. background: For Over 25 Years, The Usaf Has Relied On A Single-service Provider To Perform Critical Facilities/installation Maintenance And Mission Support Functions For Dod And Usaf Installations In Turkiye And Spain. Base Operating Support (bos) Services For Installations In Turkyie And In Spain Are And Have Historically Been Under A Single Contract And Pws. This Acquisition Strategy Is Administratively Burdensome And Overly Complex. For The Uabos Follow On Reprocurement, The Government Will Re-examine This Acquisition Strategy And The Contract Structures Historically Used. The Government Seeks Responses From Industry Partners That Can Fullfill The Requirements In Total, And Also Seek Responses From Industry Partners, Including Local Vendors In Turkyie And Spain, That Can Support Portions Of The Requirement. currently, Services Under The Uabos Contract Include Requirements That Fall Into The Following Categories: usaf Civil Engineer Related Services program Management/strategic Planning/resource & Optimization/maintenance Of Real Property Records engineering Design operations And Maintenance Of Facilities, Airfields, Utility And Sanitation Systems, Fresh-water Systems, Electrical Distribution And Hvac Systems, Equipment And Electronics Maintenance airfield Lighting And Maintenance Of Fuel Distribution And Grounding Systems custodial Services refuse Collection And Disposal pest/vector Control grounds Maintenance/ Street And Airfield Sweeping fire And Emergency Services Including Structural And Aviation Crash Rescue force Support Services full Food Service/dining Hall Operations maintenance And Operation (m&o) Of Recreational Facilities Including Gyms, Libraries, Gold Courses, Bowling Centers, Lodging Services, Managing Intramural And Sports Programs us Postal Service Operations usaf Logistics Support Services distribution Of Goods And Personnel transportation Services, Shuttle Bus And Taxi Services, Fleet Transportation vehicle Maintenance, Maintenance, Vehicle And Special Equipment Operations And Maintenance, Us Air Aircraft Supply Chain Services, Warehouse And Storage Operations, Base Supply Accountability Functions, Management, Storage And Distribution Of Ppe operations, Management And Maintenance Of War Reserve Material transient Alert Services tool Control, Fod Management And Airfield Operations management, Maintenance And Operations Of Aerospace Ground Equipment cryogenics, Non-destructive Inspection, Acft Crash Recovery communications/it Support operate, Maintain, Manage Computer Informational Systems safety, Occupational Health, Industrial Hygiene & Ambulance Services medical Maintenance Operations Maintenance Services purpose/response Format: The Government Is Currently Reviewing Various Aspects Of Prior Acquisition Strategies. We Are Seeking Submissions From Vendors That Can Provide All The Services Outlined Above And From Vendors Capable Of Providing Discreet Areas Of The Current Requirement. Local Vendors In Both Spain And Türkiye Are Encouraged To Respond And Identify Which Discreet Services They Are Capable And Experienced In Providing. for Firms Capable Of Providing All Services, We Are Seeking Input From Service Providers Experienced In Performing Contracts In An Overseas/oconus Environment And Capable Of Managing A Functionally Diverse, Predominately Local National Workforce Providing The Services Described Above. interested Sources Should Complete The Information Shown Below *there Are No Page Limits* And Email The Responses To Ms. Shannon Kennedy-butler, Contracting Officer And Mr. John Mclaurin Contracting Officer. The Contracting Officers Are The Only Government Authorized Points Of Contact For This Sources Sought; All Correspondence Must Be Directed Only To Them 1. Company Information a. Name, Cage Code And Duns Code For The Company Business Size. Please Identify Any Applicable Socio-economic Status. b. Are You A Subsidiary Of A Larger/parent Business? (name If Applicable) c. How Many Employees Do You Have, Including Any Subsidiaries? d. Capability Information/history In The Industry/market To Which You Are Responding e. Point Of Contact, Phone, And E-mail For Individual Responsible For Finalizing Time, Duration And Digital Forum Requirements. 2. Matrix Document: The Government Has Attached A Sources Sought Matrix Spreadsheet With A Series Of Questions The Government Seeks Industry Input To. Industry’s Responses To This Sources Sought Shall Include Responses To The Attached Matrix.
Closing Date6 Jan 2025
Tender AmountRefer Documents 
2101-2110 of 2113 archived Tenders