Transportation Tenders
Transportation Tenders
Florida Department Of Transportation fdot Tender
Security and Emergency Services
United States
Purchaser Name: Florida Department Of Transportation fdot | Incident Relocation And Clearance Services (ircs) For District Five
Closing Date3 Apr 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: The Us Embassy Nassau Requires Professional Services, And Contractor Cost Proposals, To Perform Inspections, Planned Maintenance Support Including Administrative Logistics, Customs, Shipping, Transportation, Tools, Labor, Water Treatment Chemicals, Water Treatment Testing Kits/equipment, And All Associated Management Support Functions, For The Potable Water Treatment Systems At The New Embassy Compound. The Water Treatment Service Contract Will Include But Not Limited To Combinations Of Physical Methods, Chemical Methods, Equipment Servicing And Testing To Control Water-related Problems Such As Corrosion, Scaling, General Deposits, And Microbiological Fouling Of The Hvac And Potable Water Systems. All Work Shall Comply With The Requirements Described In The Following, As A Minimum:
nsf/ansi Standards (nsf International And American National Standards Institute)
awwa Standards (american Water Works Association)
sds (safety Data Sheet) Regulations
astm International D Standards
nfpa (national Fire Protection Association) Codes And Standards
ul (underwriters Laboratories) Standards
ieee (institute Of Electrical And Electronics Engineers) Standards
nema (national Electrical Manufacturer Association) Standards
osha (occupational Safety And Health Administration) Standards
and All Applicable Manufacturer Installation, Operations And Maintenance (o&m) Instructions/requirements
all U.s. Dept. Of State, Safety Health And Environmental Management (shem) Requirements
these Services Shall Result In All Systems Being Serviced Under This Agreement Being In Good Operational Condition When Activated.
the Period Of Performance Is One Year.
please Email Nelsonda@state,gov If You Would Like A Copy Of The Solicitation Documents
u.s. Companies Please Visit Www.bahamas.gov.bs To See Requirements To Operate In The Bahamas
Closing Date15 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.18|ghd|n/a|elizabeth.m.clammer.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208, See Specifications Section C And Section E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|31|353 Days|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice- Material.|n/a|tbd|n00104|tbd|tbd|w62g2t|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
equal Opportunity 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||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||x||||||||||||
small Business Program Representations (feb 2024)|4|332919|750|||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of Thefacility.
5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified Forational Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy
program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Parts Kit,ball Valv .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=4384678c06 |53711| |dn |d| 0001 | |c4999|8003396
drawing Data=6404977 |53711| | |d| 0001 | |e4999|8065064
drawing Data=6404977 |53711| | |d| 0001.a | |e4999|8056279
drawing Data=6404977 |53711| | |d| 0001.b | |e4999|8040537
drawing Data=6404977 |53711| | |d| 0001.c | |e4999|8020129
drawing Data=6404977 |53711| | |d| 0002 | |e4999|8030135
drawing Data=6404977 |53711| | |d| 0002.a | |e4999|8031234
drawing Data=6404977 |53711| | |d| 0002.b | |e4999|8027617
drawing Data=6404977 |53711| | |d| 0002.c | |b4999|8024375
drawing Data=6404977 |53711| | |d| 0002.d | |b4999|8010399
drawing Data=6404977 |53711| | |d| 0002.e | |b4999|8022095
drawing Data=6404977 |53711| | |d| 0002.f | |b4999|8022658
drawing Data=6404977 |53711| | |d| 0002.g | |b4999|8014426
drawing Data=6404977 |53711| | |d| 0003 | |d4999|8015280
drawing Data=6404977 |53711| | |d| 0003.a | |d4999|8015690
drawing Data=6404977 |53711| | |d| 0003.b | |d4999|8015540
drawing Data=6404977 |53711| | |d| 0003.c | |e4999|8025583
drawing Data=6404977 |53711| | |d| 0003.d | |d4999|8015506
drawing Data=6404977 |53711| | |d| 0003.e | |d4999|8015124
drawing Data=6404977 |53711| | |d| 0003.f | |d4999|8014807
drawing Data=6404977 |53711| | |d| 0003.g | |d4999|8013976
drawing Data=6404977 |53711| | |d| 0003.h | |e4999|8030054
drawing Data=6404977 |53711| | |d| 0004 | |e4999|8028869
drawing Data=6404977 |53711| | |d| 0004.a | |e4999|8025821
drawing Data=6404977 |53711| | |d| 0004.b | |e4999|8027311
drawing Data=6404977 |53711| | |d| 0005 | |b4999|8011869
drawing Data=6404977 |53711| | |d| 0006 | |b4999|8011756
drawing Data=6404977 |53711| | |d| 0007 | |b4999|8017596
drawing Data=6404977 |53711| | |d| 0007.a | |e4999|8023121
drawing Data=6404977 |53711| | |d| 0008 | |e4999|8023335
drawing Data=6404977 |53711| | |d| 0009 | |d4999|8016413
drawing Data=6404977 |53711| | |d| 0010 | |d4999|8009658
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=sae-ams-2631 | | |b |950301|a| | |
document Ref Data=mil-t-9047 | | |g |980404|a| 2| |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=s9074-ar-gib-010 |0278| | |950801|d| | |
document Ref Data=aws-a2.4 | | | |861121|a| | |
document Ref Data=astm-b367 | | | |941003|a| | |
document Ref Data=iso9001 | | | |010417|a| | |
document Ref Data=mil-std-973 | | | |920417|a| | |
document Change Data=mil-std-278 |s9074-ar-gib-010/278
3. Requirements
3.1 Design, Manufacture, And Performance - Except As Modified Herein,
the Parts Kit,ball Valv Furnished Under This Contract/purchase Order Shall Meet The
design, Manufacture, And Performance Requirements Specified On Drawing ;6404977 ;
cage ;53711 P/n:6404977 Find 22 & 30; .
3.2 ;navsea Drawing:6404977, General Note:16.(c) - Replace With: Teflon Coating Shall Be In Accordance With Navsea Approved Procedure Called Out On Navsea Drawing:4384678. Thermocouple Hole Is Provided For Use In Temperature Control During Teflon Coating.;
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.4 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.4.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority.
Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below.
The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788.
Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection.
If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part.
The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard.
If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned.
These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements.
Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided:
Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection/quality System Acceptable To The Government. The Inspection System Requirements For This Contract/purchase Order Shall Be In Accordance With Mil-i-45208. Suppliers
certified To Perform Under Iso 9001 Or Iso 9002 Are Granted Permission To Utilize The One Desired In Lieu Of Mil-i-45208.
4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
4.5 Visual, Dimensional, Mechanical Examination - Each Parts Kit,ball Valv Shall Be 100% Inspected In Accordance With ;navsea Drawing:6404977, Cage:53711; .
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date5 Mar 2025
Tender AmountRefer Documents
Florida Department Of Transportation fdot Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Purchaser Name: Florida Department Of Transportation fdot | Fion Optical Transmission System Upgrade And Video Distribution Router Additions Phase 4
Closing Date28 Feb 2025
Tender AmountRefer Documents
Urban Development And Housing Department - UDHD Tender
Services
Solid Waste Management
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Collection & Disposal Waste Management Service -
Collection, Lifting, Transportation, Unloading, Segregation of
garbage, Ways of disposal; Dry Waste
Closing Soon14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|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|source |tbd|n00383|tbd|tbd|seee Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
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||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
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|335931|600|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do Rated Order Certified For National Defense|
this Is A Limited Source Requirement. Evaluation Criteria Will Be Determined By Lowest Price Technically Acceptable (lpta).
the Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source.
these Items Require Government Source Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained On The Internet At
https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation.
For Information Or Questions Regarding This Notice, Please Contact Lauren Phillips At The Email Address:lauren.n.phillips6.civ@us.navy.mil.
this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal
constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification.
\
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
Description: Amendment 0001
the Purpose Of This Amendment Is To:
1. Update The Pws To Include Inspections And In-depth Cleaning And Scraping And Corrected Grease Trap Capacities.
2. Attach The Questions And Answers Document.
an Additional Amendment Will Be Issued 16 December To Align The Pws With The Questions And Answers Received.
goodfellow Afb Has A Requirement For Grease Trap Maintenance. This Contractor Shall Be Responsible For Pumping, Cleaning, Scraping, Transporting, And Disposing Of Waster From Grease Traps. Ensuring All Grates, Covers, Grills, And Hookups Are Returned To Their Original Position Before Departing The Area. In Addition To The Trap, All Dainage Lines Shall Be Clear Of Grease, Oil, Dirt, Lint Or Other Material To Ensure They Are Kept Free Flowing. Buildings Shall Be Serviced On A Monthly Basis Or Quarterly Basis In Accordance With The Pws.
the Period Of Perfmance Will Be 25 January 2025 - 24 January 2030.
failure To Comply With Any Of The Below Requested Requirements Or Any Provisions May Constitute Sufficient Cause To Justify Rejection Of A Quote.
notice Of Pre-quote Site Visit
a Pre-quote Site Visit Will Be Conducted At The 17th Contracting Squadron, Goodfellow Afb, Building 707, 210 Shertz Blvd, San Angelo, Tx 76908 On 10 December 2024 At 08:30 Am Cst For The Purpose Of A Performance Work Statement (pws) Briefing And Visits To The Work Sites.
please Submit Attachment 4, Base Access Letter (bal) No Later Than Friday, 6 December 2024 At 3:00 Pm Cst To Attend. Information Will Be Submitted To Ssgt Robert Cosper, Robert.cosper@us.af.mil, And Tsgt Patrick Berger, Patrick.berger@us.af.mil. The Completion Of A Bal Is Necessary As The Government Will Be Unable To Sponsor Contractors Onto Goodfellow Afb At The Visitor's Center.
in Order To Ensure The Site Visit Is Accomplised Without Disruption, Please Arrive At Bldg 707 15 Minutes Prior To The 8:30 Am Cst Start Time. Late Attendees Will Not Be Allowed To Participate In The Site Visit As The Government Will Be Unable To Be Reached By Office Phone And Email While Hosting The Site Visits.
questions & Answers (q&a)
submit Questions To Ssgt Robert Cosper, Robert.cosper@us.af.mil, And Tsgt Patrick Berger, Patrick.berger@us.af.mil, No Later Than 11 December 2024 At 3:00 Pm Cst. Answers Will Be Posted On Sam.gov No Later Than 13 December At 3:00 Pm Cst.
quote
the Contractor Shall Submit A Written Quote In Response To This Rfq For Consideration Before The Due Date And Time. Quotes Are Due No Later Than 23 December 2024 At 3:00 Pm Cst. Quotes Must Be Emailed To Ssgt Robert Cosper, Robert.cosper@us.af.mil, And Tsgt Patrick Berger, Patrick.berger@us.af.mil. Contractor Quotes Shall Include The Following:
quote Is Not To Exceed Twenty (20) Pages In Length. All Subsequent Pages Will Not Be Considered.
a Statement Of Capabilities That Provides The Following Information:
company Legal Name
rfq Number
small Business Status/categories As Appropriate
company Point Of Contact With Email; And Phone Number
company Cage Code
an Acknowledgement Of Any And All Amendments And Associated Changes.
contractor Quotes Will Be Evaluated For Technical Acceptability On The Below Sub-factors:
contractor Must Demonstrate Capability In Clean Up And Disposal Of Grease, Sludge, Mud, Or Wastewater In Accordance With Pws 1.1.4 And 1.1.5.
contractor Must Provide Description Of Method Of Cleaning And Transportation Of Grease, Sludge, Mud, Or Wastewater.
contractor Must Provide Disposal Method And Location.
contractor Must Demonstrate Capability In Providing Monthly And Quarterly Pumping, Cleaning, Scraping, Transporting And Disposal Of Waste From Grease Traps.
Closing Date23 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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||
fms Delivery And Shipping Instructions|3|||x|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
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|||||
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||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
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|334511|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred.
Closing Date24 Feb 2025
Tender AmountRefer Documents
Army General Staff Tender
Others
Corrigendum : Tender Amount Updated
Portugal
Description: 4024037107/da/z0028/2024-ativred - Acquisition, Transportation And Delivery, In Batches, Of Meals Prepared In Army Units For Days Of Reduced Activity, In The Period From July 1, 2025 To June 30, 2028
Closing Soon17 Feb 2025
Tender AmountEUR 2.5 Million (USD 2.6 Million)
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Title Of Project:design-build For Eagle Pass I & Ii Land Ports Of Entry (lpoe), Border Roadway Improvements & Construction (bric) Project, Eagle Pass, Texas
the Inflation Reduction Act (ira) Of 2022, Pub. L. No. 117-169, Enacted In August 2022, Provided Gsa With Significant Funding For (a) Measures Necessary To Convert Facilities To High-performance Green Buildings, (b) Acquisition And Installation Of Construction Materials And Products With Substantially Lower Levels Of Embodied Greenhouse Gas Emissions, And (c) Emerging And Sustainable Technologies. The Contract Resulting From This Solicitation Will Be Funded In Part By Ira Appropriations, And It Contains Numerous Ira-specific Requirements. Requirements Include, But Are Not Limited To, Requirements Regarding Pricing, Invoicing, Submittals, Materials, And Construction. In Addition, Please Note That This Solicitation Will Contain An Evaluation Factor Favoring Certain Construction Materials With The Lowest Possible Levels Of Embodied Carbon.
description Of Proposed Work: The U.s. General Services Administration (gsa) Greater Southwest Region, Acquisition Management Division, Capital Investment Program Is Seeking Design And Construction Services For The Bric Project To Include Roadway Repairs And/or Paving Replacement At The Eagle Pass I & Ii Lpoes.
the Design-build Contractor Shall Design And Construct Roadway Repairs And/or Paving Replacement At The Designated Lpoe To Improve The Overall Function Of The Port Utilizing Low Embodied Carbon (lec) Materials, To Include Lec Asphalt, Concrete, And Steel. The Contractor Will Be Responsible For Providing All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction.
this Design-build Project Involves Roadway Repair And Replacement Of Approximately 559,000 Square Feet (sf) Of Concrete Pavement, Using Low Embodied Carbon (lec) Materials, To Include Lec Asphalt, Concrete, And Steel. Repairs To Include Complete Reconstruction Of 8" And 11.5" Concrete Pavement Contraction Design (crcp). Construction Phasing Will Be Required To Allow For Continued Lpoe Traffic Flow And Operation During Construction.
this Eagle Pass I & Ii Lpoe Bric Project Is A Small Business Set-aside. The Small Business Firm/contractor Must Have Naics Code 237310 (highway, Street, And Bridge Construction); The Current Small Business Size Standard Is $45 Million. It Is Anticipated That This Project Will Take Approximately 350 Calendar Days To Complete.
award Of Any Resulting Procurement Will Be Based On A Source Selection Employing A “best Value Concept” Methodology.
general Construction Requirements:in Accordance With Far 36.204, Disclosure Of The Magnitude Of Construction Projects, The Construction Cost Of Magnitude Is Between $10,000,000 And $20,0000.
location Of The Work: Eagle Pass I & Ii Land Ports Of Entry, 160 Garrison St., & 500 S. Adams St., Eagle Pass,tx78852.
this Procurement Is A Small Business Set-aside For Award To Small Business Firms.
amendments To Solicitation:it Is The Offeror's Responsibility To Monitor Sam.gov For The Release Of Any Amendments.
1/29/25: This Solicitation Is Being Updated To Include Amendment 0001, Dated 1/29/25, To Indefinitely Postpone The Pre-proposal Conference, The Site Visit And The Proposal Due Date. See Attached.
Closing Date1 Apr 2025
Tender AmountRefer Documents
3051-3060 of 4526 active Tenders