Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Presolicitation Notice
sam-notice 36c25025r0067
600 Parking Spaces & 150 Parking Spaces Cincinnati, Oh
the U.s. Department Of Veterans Affairs (va), Cincinnati Va Medical Center Seeks Expressions Of Interest 600 Parking Spaces & 50 To 150 Parking Spaces
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 812930 Lessors Of Parking Lots And Garages, And The Small Business Size Standard Is $34 Million.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Https://veterans.certify.sba.gov/ As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240
description: The Department Of Veterans Affairs Seeks To Lease 600 Parking Spaces For Use By The Va. The Parking Spaces Shall Be Located Within The Delineated Area Stated Below, But The Preferred Location Shall Be Within Walking Distance Of The Cincinnati Va Medical Center. If Parking Spaces Are Not Within Walking Distance Of The Cincinnati Va Medical Center, Public Transportation, Shuttle Services, Or Bus Services Must Be Available At No Additional Cost. Va Will Consider Parking Spaces Located In Structured And/or Surfaced That S Paved And Striped. Va May Also Consider Parking Spaces That Are Non-contiguous. Public Utilities Shall Be Available Onsite.
the Va Will Also Consider 50 To 150 Parking Spaces For Use By The Va. The Parking Spaces Shall Be Located Within The Delineated Area Stated Below. However, The Parking Spaces Shall Be Located Within Walking Distance Of The Cincinnati Va Medical Center, As Determined By The Lco, But Not More Than 15 Minute Walk. Va Will Consider Parking Spaces Located In Structured And/or Surfaced That S Paved And Striped. Va May Also Consider Parking Spaces That Are Non-contiguous. Public Utilities Shall Be Available Onsite.
va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Glenmary Ave, Vine St, Forest Ave
south: Mlk Jr. Dr., E University Ave
east: Burnet Ave
west: Jefferson Ave., Clifton Ave., Vine St.
see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements For Submissions:
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner;
address Or Described Location Of Parking Spaces;
location On A Map, Demonstrating The Parking Spaces Lies Within The Delineated Area; A Statement As To Whether The Parking Spaces Lies Within The Delineated Area;
description Of Ingress/egress From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Of Location Evidencing Floodplain Status;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
a Document Indicating The Type Of Zoning;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development;
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 812930 Lessors Of Parking Lots And Parking Garages Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement;
market Survey (estimated): April 4, 2025 Occupancy (estimated): Fy 2025-2026
all Interested Parties Must Respond To This Advertisement No Later Than March 28, 2025, At 1:00 P.m. Local Time.
please Submit Your Response (electronic) To:
kenneth Staiduhar Kenneth.staiduhar@va.gov , Nathan Hainstock Nathan.hainstock@va.gov Lee Grant Lee.grant@va.gov
Closing Date28 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Transportation and Logistics
United States
Description: Mortuary Affairs Transportation Services, Blanket Purchase Agreement (bpa)
Closing Date24 Mar 2025
Tender AmountRefer Documents
Plate-Forme Affretment and Transportation Tender
France
Purchaser Name: Plate-Forme Affretment and Transportation | Freight transport by commercial surface route within mainland France (including Corsica), geographical Europe, the Mediterranean region and Jordan for the benefit of the Ministry of the Armed Forces (MINARM) or under the cover of the MINARM (4 lots).
Closing Date13 Jun 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Housekeeping Services
United States
Details: The U.s. Army Corps Of Engineers - New England District Is Issuing A Solicitation Notice For Janitorial Services, Recruiting Centers, 6 Locations In Nh.
the Work Consists Of: The Contractor Shall Provide All Management, Supervision, Inspections, Personnel, Equipment, Tools, Supplies, Materials, Transportation, And Other Items Necessary To Perform Janitorial Services As Described In The Schedule Of Janitorial Services For The U. S. Army Corps Of Engineers Leased Space. Janitorial Service Applies To All Designated Spaces, Including, But Not Limited To, Halls, Restrooms, Offices, Work Areas, Entrance Ways, Lobbies, Common Areas, Test Room Areas And Storage Room Areas.
contractor Will Furnish All Labor, Materials, And Equipment Necessary To Perform Janitorial Services At The Locations And Frequencies Described Below:
janitorial/cleaning Services On A Two (2) Day Per Week Schedule, 104 Service Days, At The Following Location(s):
537 Central Ave., Suites 1, 2, & 3, Dover, Nh (2,273 Sq. Ft.)
410 South River Rd., Bedford, Nh (2,428 Sq. Ft.)
172 West St., Keene, Nh (2,720 Sq. Ft.)
janitorial/cleaning Services On A Three (3) Day Per Week Schedule, 156 Service Days At The Following Location(s):
1525 South Willow St., Manchester, Nh (3,600 Sq. Ft.)
211 Loudon Rd., Units E&f, Concord, Nh (3,667 Sq. Ft.)
71 Nh Route 101a, Amherst, Nh (3,750 Sq. Ft.)
this Procurement Is Set-aside For Small Business Vendors. The Applicable Naics Code Is 561720 With A Small Business Size Standard Of $22 Million.
all Vendors Must Have An Active Registration In Sam.gov At The Time Of Submission In Order To Be Considered. Any Vendor That Does Not Have An Active Sam.gov Registration Will Be Rejected As Non Responsive.
Closing Date27 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, In Conjunction With Part 13.5 Simplified Procedures For Certain Commercial Products And Commercial Services, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available.
the Rfq Number Is N4215825qs022. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 Effective 17 Jan 2025, And Dfars Change Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/dfars. The Naics Code Is 811310 And The Small Business Standard Is 12.5 Million. The Product Service Code Is J049.
the Proposed Contract Action Is For Commercial Services For Which The Government Intends To Solicit As A Total Small Business Set Aside. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Quotes. This Posting Is A Request For Competitive Quotes. All Quotations Received By The Closing Response Date May Be Considered By The Government. A Subcontracting Plan Is Required From Large Contractors.
period Of Performance (pop): 1 Year (12 Months)
item No. Clin 0001
description Maintenance Of Machine Coolant (to Be Billed Monthly)
qty 12
unit Months
please Include Monthly Rate When Submitting Proposal
extended Description:
the Contractor Shall Submit Quotes Based On The Below Documents Provided Explaining Work To Be Performed And Work Location As Well As In Accordance With Required Clauses And Provisions Contained In This Solicitation.
attachment 1 - Statement Of Work
destination: Norfolk Naval Shipyard, Portsmouth, Va 23709 (see Attached Sow With Destination Specifics).
this Announcement Will Close On March 20th, 2025 At 12:00 Pm Eastern Standard Time.
system For Award Management (sam). Quoting Vendors Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://sam.gov/.
to Be Considered For This Opportunity, All Quotes Shall Be Submitted In Either Microsoft Word, Excel Spreadsheet Or Adobe Pdf. Quote Must Include Price(s), Fob Destination, A Point Of Contact, Name And Phone Number, Business Size, And Payment Terms. An Award Will Be Made Based On Lowest Price Technically Acceptable (lpta). Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements In The Sow. Responses To This Solicitation Are Due By 12:00 Pm Est On March 20th, 2025. Email Quotes To Roshanda.l.sansom.civ@us.navy.mil
quotes Shall Be Valid For Sixty (60) Days (at Minimum).
the Following Far Provisions And Clauses Are Applicable To This Procurement (supplementary Provisions And Clauses May Be Added Prior To Award):
clauses Incorporated By Reference
52.203-12 Limitation On Payments To Influence Certain Federal Transactions Jun 2020
52.204-2 Security Requirements Mar 2021
52.204-7 System For Award Management Nov 2024
52.204-9 Personal Identity Verification Of Contractor Personnel Jan 2011
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards Jun 2020
52.204-13 System For Award Management Maintenance Oct 2018
52.204-18 Commercial And Government Entity Code Maintenance Aug 2020
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded Jan 2025
52.212-1 Instructions To Offerors--commercial Products And Commercial Services Sep 2023
52.212-3 Alt Iofferor Representations And Certifications--commercial Products And Commercial Services May 2024- - Alternate I Feb 2024
52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services Nov 2023
52.217-8 Option To Extend Services Nov 1999
52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns Oct 2022
52.222-35 Equal Opportunity For Veterans Jun 2020
52.222-50 Combating Trafficking In Persons Nov 2021
52.225-13 Restrictions On Certain Foreign Purchases Feb 2021
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024
52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023
52.233-3 Protest After Award Aug 1996
52.237-1 Site Visit Apr 1984
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr 1984
52.247-34 F.o.b. Destination Jan 1991
52.252-1 Solicitation Provisions Incorporated By Reference Feb 1998
52.252-2 Clauses Incorporated By Reference Feb 1998
252.201-7000 Contracting Officer's Representative Dec 1991
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022
252.204-7003 Control Of Government Personnel Work Product Apr 1992
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting May 2024
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support Jan 2023
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Jan 2023
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements Nov 2023
252.204-7022 Expediting Contract Closeout May 2021
252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023
252.205-7000 Provision Of Information To Cooperative Agreement Holders Oct 2024
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country
That Is A Statesponsor Of Terrorism May 2019
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials Sep 2014
252.225-7048 Export-controlled Items Jun 2013
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7006 Wide Area Workflow Payment Instructions Jan 2023
252.232-7010 Levies On Contract Payments Dec 2006
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023
252.237-7023 Continuation Of Essential Contractor Services Oct 2010
252.237-7024 Notice Of Continuation Of Essential Contractor Services Oct 2010
252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023
252.247-7023 Transportation Of Supplies By Sea Oct 2024
c-202-h001 Additional Definitions–basic (navsea) Oct 2018
c-211-h018 Approval By The Government (navsea) Jan 2019
g-232-h002 Payment Instructions (navsea) Feb 2024
g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019
g-242-h001 Government Contract Administration Points-of-contact And Responsibilities(navsea) Oct 2023
attachment 1 - Statement Of Work
attachment 2 - Combined Synopsis Solicitation For Machine Coolant - Final
poc: Roshanda Sansom
roshanda.l.sansom.civ@us.navy.mil
alt. Poc:jeremy Weible
jeremy.r.weible.civ@us.navy.mil
Closing Soon20 Mar 2025
Tender AmountRefer Documents
DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender
Transportation and Logistics
United States
Description: Dodea-europe Special Needs Student Transportation Service Spangdahlem, Germany
Closing Date14 Apr 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Description: The Contractor Must Provide All Plant, Labor, Equipment, Transportation, And Tools Required To Perform The Entire Replacement Of The Roof Of Building 847. Perform All Work According To This Statement Of Work (sow), The Concept Design Drawings, And All Related Af Requirements And Other Codes And References. The New Roof Shall Eliminate Each And Every Weather Borne Water Leak Into B847. The Work Shall Include But Is Not Limited To: Replacement Of Standing Seam Components, Insulation, Gutter System, Roof Curbing, Fascia, And Soffit.
Closing Date28 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Nsn2530-016053206, Arm, Control, Vehicular Suspension. This Item Is Being Procured From Nd Defense Llc Cage (338x5)
the Required Quantity Is 107 Ea With No Quantity Option, With 107 Ea To Be Shipped To Dodaac (w25g1u) New Cumberland, Pa With A Required Delivery Of 180 Days. Fob Origin (first Destination Transportation Applies) And Inspection And Acceptance At Destination Are Required. This Solicitation Is Not Set-aside For Small Business. This Material Is Commercial; Therefore, The Government Is Using The Policies Contained In Far Part 12 In Its Solicitation For This Item. The Government Will Not Be Using The Policies Contained In Far Part 15 In Its Solicitation For This Item. This Solicitation Will Be Available On The Internet At Https://www.dibbs.bsm.dla.mil// On Or About 3/14/2025. Due To System Constraints, It May Take As Long As 3 Business Days From The Stated Issue Date For The Solicitation To Post To Dibbs. Technical Drawings/bid Sets Are Not Available. Hard Copies Of This Solicitation Are Not Available.
while Price May Be A Significant Factor In The Evaluation Of Offers, Proposals Will Be Evaluated According To “best Value” Procedures On The Basis Of Price, Past Performance, Socioeconomic Participation, And Delivery. All Offers Shall Be In English And In Us Dollars.
one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The Us By The Trade Agreements Act Of 1979.
upload Proposal Through Dibbs (preferred Method)
to Submit An Offer Through Dibbs, Search For The Solicitation And Then Click The Red "offer" Button On The Search Results Screen (note: Users Must Be Logged In To Dibbs In Order To Submit The Offer Through Dibbs). For Additional Guidance, Refer To Https://www.dibbs.bsm.dla.mil/refs/help/solicitations/dibbs-upload-offer-user-help.pdf
email Proposals To: Travis.grafton@dla.mil
a Single Email Cannot Exceed 15 Mb. Proposals Greater Than 15 Mb Must Be Divided Into Multiple Emails.
Closing Soon14 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Housekeeping Services
United States
Details: Solicitation Notice
w9128f25qa014
big Dry Arm, Fort Peck Lake Recreation Grounds And Facility Cleaning/janitorial Services
request For Quote (rfq) For Janitorial Services Located At Fort Peck Project, Montana
the Solicitation Will Close On15 April 2025. This Solicitation Is 100% Set-aside For Small Business.
project Description:
this Is A Non-personal Services Contract To Provide Recreation Facility Cleaning Services. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Cleaning And Ground Maintenance Of Recreation Areas And Facilities As Defined In This Performance Work Statement. Contractor Will Complete Litter Pickup, Garbage Removal, Vault Toilet Cleanup And Disinfecting, Sidewalk Debris Removal, Insect Control, Fire Ring, Picnic Table, Shade Shelter Cleanup As Well As Mowing, Trimming And Minor Maintenance Of Recreation Grounds And Facilities. The Contractor Shall Perform Work Under The Pws To Ensure Grounds And Facilities Are Safe, Clean, And Well Maintained For The Recreating Public. This Is A Fixed Priced, Performance-based Service Contract Where The Government Defines And Measures Desired Outcomes, While Contractor Methods Are Generally Not Constrained Or Directed.
period Of Performance:
the Period Of Performance Shall Be For One (1) Base Year Of 12 Months And Four (4) 12-month Option Years. The Period Of Performance Reads As Follows:
base Year: 30 April 2025 Through 29 April 2026.
active Period Of Performance: 30 April 2025 Through 29 April 2026
option Year 1: 30 April 2026 Through 29 April 2027
active Period Of Performance: 30 April 2026 Through 29 April 2027
option Year 2: 30 April 2027 Through 29 April 2028
active Period Of Performance: 30 April 2027 Through 29 April 2028
option Year 3: 30 April 2028 Through 29 April 2029
30 April 2028 Through 29 April 2029
option Year 4: 30 April 2029 Through 29 April 2030
30 April 2029 Through 29 April 2030
naics Code:
the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is 561720-janitorial Services, With A Size Standard For Small Business Of $22,000,000.
all Contractors Must Be Registered And Have An Active And Verified Account In The System For Award Management (sam) In Order To Receive A Contract Award From Any Dod Activity. Contractors May Access The Internet Site At: Https://www.sam.gov/ To Register And/or Obtain Information About The Sam Program. Contractors Must Ensure That The Applicable Naics Listed Above Is Included In Their Profile Prior To Submission Of Offer.
contracting Office Address:
usace Omaha District
1616 Capital Ave, Omaha, Ne 68102-4901
place Of Performance:
the Contractor Shall Provide Services For Recreation Area Grounds And Facility Cleaning At Nelson Creek, Mcguire Creek, Flat Lake, Lewis And Clark Overlook Recreation Areas As Well As The Rifle Range, All On Fort Peck Project.
submission Of Quotes
please Submit Electronic Copies Of Your Quotes To The Poc’s Listed In This Announcement. Quotes Must Be Submitted No Later Than 1400 Ct On 15 April 2025. Please Pay Particular Attention To Far Clause 52.212-2 - Evaluation-commercial Products And Commercial Services Listed In The Solicitation Attachment, This Clause Outlines The Requirements For An Adequate Proposal And How Offerors Will Be Evaluated.
point Of Contact:
all Questions Shall Be Submitted To The Poc's Listed On Sam.gov.
Closing Date15 Apr 2025
Tender AmountRefer Documents
11-20 of 4828 active Tenders