Taxi Tenders

Taxi Tenders

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 

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 

Municipality Of Bakun, Benguet Tender

Healthcare and Medicine
Philippines
Details: Description 1.the Lgu-bakun Through The General Fund Intends To Apply The Sum Of 300,000.00 Being The Total Abc To Payments Under The Contract For Procurement Of Dental Supplies/ G- 23-2025 With The Following Specifications. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Unit Item Description Qty. 1 Box Dental Needle Short 100s G30 12 2 Box Dental Needle Long 100s G30 3 3 Box Lidocaine Epinephrine Hizon 50s ,2027 Expiration Date 25 4 Each Lidocaine Topical Anesthesia Gel 50 Gm 10 5 Gallon Cidex 1 L 4 6 Syringe Light Curing Pit&fissure Sealant 1.2ml 6 7 Box Nitrile Gloves 100s Powder Free, Finger Textured, Ambidextrous Small 50 8 Tube Beautifil Lightcure Composite Resin A3 4.5g 10 9 Tube Beautifil Lightcure Composite Resin A3.5 4.5g 5 10 Pc Dental Aspirating Syringe Arrow Type (good Quality) 4 11 Packs Disposable Dental Bibs,100,2ply 25 12 Box Disposable Kn95 Mask Sgs En Medical Grade Standard 50s 15 13 Pck Cotton Balls 100s 20 14 Syringe Light Cured Composite Resin Flowable,a3,4g 5 15 Pc Dental Bonding Agent/single Bond Universal Adhesive/ 8th Generation 5ml 4 16 Each Composite Egg And Ball Burnishers Non Stick 4 17 Each Apacal Art Light Curing Pulp Protectant, Cavity Liner 2 18 Set Ultimate Stainless Steel Dental Luxator Kit- Precision Root Elevators Gold Tip, 7pcs 1 19 Each Ultra Spray Handpiece Lubricant 200 Ml 1 20 Each Stainless Dental Mouth Mirror 20 21 Each Dental Prophylaxis Paste 50 G 20 22 Each Taxi Liquid Dental Stain Remover Solution 2 23 Each Dental Pumice 500 G 2 24 Box Fuji 1 Glass Ionomer Luting Cement 15g 1 25 Each Stainless Steel Dental/medical Instrument Tray With Cover 11.5 Inch (30*20*5cm),thick 3 26 Each Kids Toothbrush (extra Soft Bristle And Small Head) 400 27 Box Kids Fluoride Toothpaste 40g 400 28 Box Paper Cups 8oz 50s, 20 Packs/box 4 29 Packs Toilet Tissue,2ply 12 Rolls/pack 15 30 Each Antibacterial Handwash With Moisturizer,500 Ml 5 31 Each Dishwashing Liquid 4l 1 32 Each Antibacterial Disinfectant Spray 500 Ml 5 33 Pc Hand Towels 30 34 Rolls Trash Bags,l, Rolls 50 35 Dozen Face Towels,12x12 ' Dozen 2 36 Box Dental Prophy Polishing Cups Disposable 100s 2 37 Box Dental Prophy Disposable Brush 100s 4 38 Bott Bactidol Antiseptic Rinse 500 Ml 5 39 Syringe Opaquer (light Cure Nano-hybrid/nano Tech Flowable Composite) 2g 2 40 Dozen Dental Toflemire Matrix Bands #2 12/pck 4 41 Dozen Dental Toflemire Matrix Bands #1 12/pck 4 42 Pc Matrix Retainer Tofflemire 2 43 Syringe Etchant Dental Etching 3ml 5 44 Pc Ppe Gown/lab Gown, Reusable/washable,turtle/closed Neck, With Pocket/navy Blue And Army Green,medium 3 45 Set Highspeed Dental Composite White Stone Polishing Kit (flame,cone,staight,round Shape) 1 46 Box Dental Bite Wax Yellow 100/box 1 47 Rolls Trash Bags,m, Rolls 15 Delivery Of The Goods Is Required By 30 Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, 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). 2.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.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. 3.prospective Bidders May Obtain Further Information From Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet And Inspect The Bidding Documents During 8-12 Am And 1-5 Pm Monday- Friday. 4.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 From The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet, In The Amount Of P 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Lgu- Bakun Will Not Conduct A Pre-bid Conference For This Contract . 6.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun On Or Before March 3, 2025 , 9:30 Am. Late Bids Shall Not Be Accepted. 7.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8.bid Opening Shall Be On March 3, 2025, 10:00 Am At The 3rd Floor Municipal Building, Ampusongan, Bakun .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9.the Lgu-bakun 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. 10.for Further Information, Please Refer To: John B. Gu Municipal Engineering Office Municipal Hall,ampusongan, Bakun, Benguet 09213004881 Date Of Issue: February 24, 2025 John B. Gu Bac Chairperson
Closing Date3 Mar 2025
Tender AmountPHP 300 K (USD 5.1 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Fy26 Eafb - 80 Row Eps, Ellsworth Afb, South Dakota (sd) sources Sought Notice #w9128f25sm004 anticipated Solicitation #w9128r25r0027 this Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Thomas.g.mcfall@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cdt, 07 January 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location And Description: Ellsworth Afb, Sd 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). b-21 80 Row Eps, Ellsworth Air Force Base (eafb), South Dakota (sd). this Project Will Provide Six (6) New Pre-engineered Metal Environmental Protection Shelters (eps), Approximately 20,000 Sf Each. Eps’s 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 Three (3) Maintenance Kiosks, Approximately 160 Sf Each, Providing Electrical And Communication Infrastructure To The Eps’s. This Project Will Include A Space Or Spaces Constructed To Afi 16-1404 Requirements. Additionally, This Project Will Full Demolition Of Existing Facilities And Partial Demotion Of Dock 83 And Reconstruction Of The Exterior Metal Wall Of Dock 83. 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. special Construction And Functional Requirements: The Project Will Be Constructed Near Row 80 Of Flightline Facilities 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. project Period Of Performance: 800 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 237990 – Other Heavy And Civil Engineering Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years 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 Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years. construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. 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 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. abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. 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. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $30. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Thomas.g.mcfall@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cdt, 28 Feb 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With O&m Dollars. project Location And Description: Ellsworth Afb, Sd 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). b-21 Munitions Maintenance (muns Mx), Ellsworth Air Force Base (eafb), South Dakota (sd). project Will Construct A New Single-story Maintenance (mx) Storage Facility. Structure Will Consist Of Strip Footings, Load Bearing Insulated Precast Concrete Walls, Steel Trusses And Roof Deck. Roof Will Be A Standing Seam Metal Roofing System With Plywood Underlayment. Interior Partitions Will Be Concrete Insulated Panels, Precast Concrete, And Metal Stud With Gypsum Board. Metal Stud Walls May Contain Sound Deadening Membrane As Applicable To Occupancy Requirements. Facility Will Include Approximately 929 Sm Of Storage, Approximately 315 Sm For Maintenance And Approximately 325 Sm For Administration Purposes Along With Other Requirements For Mechanical, Electrical, And Communications Rooms. Building 88020 Is Currently Unoccupied, Has A Footprint Of 681 Sm And Will Be Demolished For This Project. provide All Labor, Equipment, And Materials To Construct A Munitions Maintenance Storage Facility And All Supporting Infrastructure. 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 Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. This Project Will Comply With Icd/ics 705 Secure Information Facility Requirements. This Project Will Include A Space Or Spaces Constructed To Afi 16-1404 Requirements. Additionally, This Project Will Full Demolition Of Existing Facilities. special Construction And Functional Requirements: The Project Will Be Constructed On The Munitions Storage Area (msa) At Eafb. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. project Period Of Performance: 730 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 236220 – Commercial And Institutional Building Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years 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 Performance And Payment Bonds Capacities 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 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 Munitions Storage Area (msa). abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. 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. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $30m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.
Closing Date28 Feb 2025
Tender AmountRefer Documents 
4261-4270 of 4269 archived Tenders