Transportation Tenders

Transportation Tenders

Jila Sahakari Kendriya Bank Maryadit Tender

Services
Transportation and Logistics
India
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Description: Transportation Of Fertilizer - Dhamtari-nagari

Jila Sahakari Kendriya Bank Maryadit Tender

Services
Transportation and Logistics
India
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Description: Transportation Of Fertilizer - Balodabazar-kosmandi

Region Kalmar County, Kalmar Tender

Others
Sweden
Closing Soon20 Feb 2025
Tender AmountNA 
Details: Kalmar County Region Intends to Procure New Traffic Agreements That Will Provide Kalmar County With Regular Traffic, School Transportation, Special Passenger Transport And N...

GENERAL DIRECTORATE OF SHIPYARDS MINISTRY OF NATIONAL DEFENSE Ministry Of National Defense Tender

Others
Turkey
Closing Soon17 Feb 2025
Tender AmountRefer Documents 
Description: Izmir Shipyard Command 2025 204 Working Days Personnel Transportation Service Recruitment

DEPT OF THE NAVY USA Tender

Others
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type||tbd|tbd|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect.||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|334220|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document. 1.1.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements. repair Of: coupler,antenna ;014876127; Nsn , ;74d765035-1001; Part Number, Shall Be Performed Iaw: Coupler,antenna ;iaw Contractors Pubs And Repair Process; Publication (s). 1.1.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And recommendations Via Form 1998. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: coupler,antenna ;74d765035-1001; P/n, ;014876127; Nsn, ;repair/overhaul/inspec Iwa Applicable Repairmanuals,tech Specs,engineering Orders And Drawings; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. coupler,antenna ;the Boeing Company ; Company Name , ;defense,space & Security Division 6200 J S Mcdonnell Blvd Saint Louis State: Mo Zip: 63134-1939; Address , ;0pxv4; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable

Pleven Municipality Tender

Civil And Construction...+1Construction Material
Bulgaria
Closing Soon15 Feb 2025
Tender AmountBGN 150 K (USD 79.6 K)
Description: "Public Transportation of Passengers According to Approved Route Schedules from the Municipal Transport Scheme, on Bus Lines "Pleven - Bukovlak", "Pleven - Varbitsa"

National Transportation Safety Board USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Soon17 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: National Transportation Safety Board USA | Description: The National Transportation Safety Board (ntsb) Acquisition Division (cfo-30) Is Seeking Information From Interested Parties With The Capability To Provide A Software As A Service Or Platform As A Service (cots) Incident Management System (ims) With The Capability To Also Provide Functionality As A Case Management System (cms). The Proposed Solution Shall Be Software As A Service (saas), Or Solution Hosted In An Environment That Meets The Current Federal Security Requirements. this Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Ntsb Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Contract Opportunities Page On The System For Award Management At Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Requirement. see Attached Rfi For Additional Information.

DEPT OF THE ARMY USA Tender

Energy, Oil and Gas...+2Electrical Generators And Transformers, Electrical and Electronics
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. The Us Army Engineer District, Alaska Is Conducting Market Research To Facilitatea Determination Of Acquisition Strategy. The Determination Of Acquisition Strategy For This Acquisition Lies Solely With The Government And Will Be Based On This Market Research And Information Available To The Government From Other Sources. The U.s. Army Corps Of Engineers, Alaska District, Is Conducting This Market Research To Identify Businesses Which Have The Capability To Perform The Following Work: interested Firms Must Be Able To Provide All Management, Tools, Supplies, Parts, Materials, Equipment, Transportation, And Trained Labor Necessary For The Replacement Of Four Exterior 1.5 Mw Standby Generators And Electrical Equipment At The Eielson Heat And Power Plant On Eielson Afb, Ak. Project Includes The Removal Of The Existing Generators/arctic Enclosures And Procurement Of New Generators, Including Day Tanks And Arctic Enclosures, That Output 7.2kw And Communicate With The Existing Control Systems Within The Facility. Existing Bulk Fuel Storage To Remain But Work Includes An Inspection Of The Fuel Tank And Development Of A Report Documenting All Deficiencies. The Existing Concrete Mounting Pads Are To Be Re-used To The Greatest Extent Possible, However, Work May Also Include The Replacement Of The Mounting Pads To Accommodate The New Generators. The Estimated Dollar Magnitude Of This Project Is Anticipated To Be Between $10,000,000 And $25,000,000. this Is A Sources Sought Notice And Not A Request For Proposal. Any Information Submitted By Interested Parties Is Strictly Voluntary And No Monetary Compensation Shall Be Provided For Response Preparation Or Follow Up Requests. the Applicable North American Industry Classification System (naics) Code Is 236220. The Small Business Size Standard For This Naics Code Is $45 Million. This Is A Sources Sought For Qualified Prime Contractor Firms Only. All Interested Firms Are Encouraged To Respond To This Announcement No Later Than 14 February 2025, 2:00 Pm Ast, By Submitting All Requested Documentation Listed Below To: Us Army Corps Of Engineers, Alaska District, Attn: Cepoa-ct (maj Terhune) (maj Donelson), Po Box 6898, Jber, Ak 99506-0898 Or Via Email To Maj David Terhune David.e.terhune@usace.army.mil And Maj Raven Donelson Raven.s.donelson@usace.army.mil. interested Firms Should Submit A Capabilities Package (not Exceeding 5 Pages) Demonstrating The Ability To Perform Work Listed Above. Packages Should Include The Following Information: (1) Business Name, Cage Code, Address And Business Size Under Naics 236220. (2) If A Small Business, Identify Small Business Type (hubzone, Sdvosb, 8(a), Woman Owned Small Business, Etc.). (3) Demonstration Of The Firm's Experience As A Prime Contractor On Projects Of Similar Size, Type And Complexity Within The Past Five (5) Years. List Actual Projects Completed And Include Project Title And Location, A Brief Description Of The Project To Include Dollar Amount Of The Project And Work That Was Self-performed. (4) Provide Firm's Single Project Bonding Limit And Information On The Organizational And Financial Resources Available To Perform The Required Work. responsible Sources Demonstrating Relevant Experience And The Capabilities To Perform The Work Will Be Considered Qualified For Purposes Of Determining The Government’s Acquisition Strategy. System For Award Management (sam), As Required By Far 4.1102 And 4.1201, Will Apply To This Procurement. Prospective Contractors Must Be Registered Prior To Award. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Information On Sam Registration Can Be Obtained Via The Internet At Https://www.sam.gov/portal/public/sam/.

Transportation Technical Supervision - TDT Tender

Automobiles and Auto Parts
Poland
Closing Soon18 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Transportation Technical Supervision | Poland – Passenger Cars – Długoterminowy Najem Samochodów Osobowych

DEPT OF THE ARMY USA Tender

Others
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Details: **amendment 0001** the Purpose Of The Amendment Is To Add Old Hickory Lake - Cedar Creek Campground To The Requirement. project Description: The Nashville District, U.s. Army Corps Of Engineers Has A Requirement That Will Require The Contractor To Furnish All Labor, Equipment, Fuel, Transportation, Tools, And Supplies Necessary To Provide The Specified Park Attendant Services For The Duration Of The Contract Period. The Contracts Awarded From This Solicitation Will Have Various Periods Of Performance, Please Check The Respective Performance Work Statement/price Schedule To Determine The Period Of Performance For The Contracts Awarded From This Solicitation. keep In Mind That You May Submit For Multiple Locations (it Is Encouraged To Do So), And It Is In Your Best Interest To Rank-order Your Preferences. there Are Currently Seven (7) Campgrounds/day Use Areas In The Nashville District In Need Of A New Park Attendant Contracts: j. Percy Priest Lake anderson Road Day Use - Schedule B anderson Road Campground seven Points Campground - Schedule B cordell Hull Lake defeated Creek Campground – Schedule A center Hill Lake floating Mill Campground lake Barkley canal Campground – Schedule A old Hickory Lake cedar Creek Campground system For Award Management (sam): Offerors Must Be Successfully Registered In The Sam, Www.sam.gov, In Order To Receive A Government Contract Award. *currently, Www.sam.gov Is Taking Longer Than Normal To Renew/reactivate Vendors In Sam, Please Ensure You Submit Requests To Renew/reactivate Sam Registration At Least 60 Calendar Days Prior To Expiration* Offerors Must Have Their Representations And Certifications Available On-line In Sam Or Provide Them With Their Proposal In Order To Receive A Government Contract Award. Assignment Of A Cage Code Can Take Up To Ten (10) Business Days After Completion Of Sam Registration. Offerors Are Highly Encouraged To Register As Soon As Possible. additional Information: Specific Information Pertaining To This Procurement Will Be Available In The Solicitation. The Solicitation Documents Will Be Posted On The Sam.gov. It Is, And Will Continue To Be, The Responsibility Of All Potential Offerors To Monitor The Sam Website For Any Amendments, Updates, Responses To Questions And Answers, Etc. As The Government Will Not Be Maintaining A Mailing List. point-of-contact For Questions: Any Questions You May Concerning This Solicitation, Please Contact Contract Specialist Samantha Clay At Samantha.j.clay@usace.army.mil. Any Questions Should Come Via Email, For Tracking Purposes, But Phone Calls Are Welcomed.
3001-3010 of 4794 active Tenders