Transportation Tenders

Transportation Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Fy25 Aiww Placement Area Diking Charleston To Port Royal description Of Work: The Work Consists Of Furnishing All Plant, Equipment, Labor, Transportation, Fuel, Lubricant, Supplies And Materials; And Performing All Operations In Connection With Raising Dikes And Berms, And Installation Of New Spillway Systems In Aiww Placement Areas 1717c-p, 1789 C-p, 1835 C-p, & 2237 C-p, Including Clearing And Appurtenant Items. The W Ork Is Located In Charleston & Colleton Counties, South Carolina. magnitude Of Work: $5,000,000 To 10,000,000 north American Industry Classification System (naics) Code: 237900 W Ith A Sba Small Business Size Of $45m. this Acquisition Is A Total 100% Small Business Set-aside the Contractor Must Be Registered In Systems For Aw Ard Management (sam). If You Have Any Questions Or Need Assistance, Contact Contractspecialist Eve Halliburton, Evelyn.i.halliburton@usace.army.mil see Solicitation For Piee Instructions An Submittals Of Proposals. the Purpose Of This Amendment 0001 Is To Provde A Corrected Bidders Key. Amendment 0001 Is Hereby Posted As Of 28 January 2025. the Purpose Of This Amendment Is To Updatesubmission Requirements For Factor 1, In Section 00 21 16 - Instructionsto Proposers. Deletions Are Struck Through, And Addtions Are Colored Red. Amendment 0002 Is Hereby Posted As Of 5 Feburary 2025.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

USTRANSCOM USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Sddc Requires Stevedoring And Related Terminal Services (s&rts) For The Port Of Gulfport Located In Gulfport, Mississippi In Connection With The Import And Export Of Defense Transportation System (dts) Sponsored And Non-sponsored Cargo. Sddc Requires S&rts Labor, Equipment, Gear, Tools, Documents, Materials, Miscellaneous Supplies, And Management Services To Satisfy All Tasks Provided In The Performance Work Statement (pws). The Pws Will Cover The Full Spectrum Of Handling Surface Moving Cargo To Include Its Receipt Through Disposition, And Processing Cargo For Simultaenous Shipments Via Multiple Surface Modes Of Transportation As Designated By The Contracting Officer (co) Or Their Appointed Contracting Officer's Representative (cor) And Alternative Contracting Officer's Representative (acor).
Closing Date17 Mar 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|mil-i-45208 Or Its Equivalent Or Higher||||| 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|n/a|tbd|n00383|tbd|tbd|see Schedule.|pk8pm2gnvmp8 And Luubknan8tk6|||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|336413|1,250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || this Item Requires Government Source Approval Prior To Award. If You Are Not Anapproved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Source Approval Request (sar) 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 Of The Data Required By The Sar Brochwill Not Be Considered For Award Under This Solicitation. Please Note, If E evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processedin Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet Support needs.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

MARITIME ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Is An Invitation For Bid Or Ifb: Please Submit All Bids Before 1330 On March 5th, 2025. bids May Be Recieved In Mail, us Department Of Transportation maritime Administration Mar 380 1200 New Jersey Ave Se mail Stop W26-449 washington, Dc 20590-0001 or By Email At: Henry.puppe@dot.gov below Is The Ms Teams Invite Link. https://teams.microsoft.com/l/meetup-join/19%3ameeting_zjhmndy0odctzde3yi00zjq0ltlhndutnjbmognkmmi3ownk%40thread.v2/0?context=%7b%22tid%22%3a%22c4cd245b-44f0-4395-a1aa-3848d258f78b%22%2c%22oid%22%3a%22db5728dc-5af0-4a71-8552-846dafd3d43f%22%7d dial In By Phone +1 509-931-1572,,391590357# United States, Spokane phone Conference Id: 391 590 357# the Maritime Administration (marad), Which Is An Agency Of The United States Department Of Transportation, Intends To Procure Layberthing Services For An Exclusive Use Long-term Safe Layberth For Up To Three Ro/ro Vessels. The Geographic Area Of Consideration For This Solicitation For The Three Vessels Is On The East, Gulf And/or West Coast. Potential Layberth Locations Are Inclusive Of Navigable Waterways That Can Support The Safe Berthing And Navigation Of The Size Vessel Identified. For Potential Sources Located On Inland Waterways The Distance To Open Waters Must Not Exceed 150 Miles. The Primary Bid For The Solicitation Will Be One Base Year And 4 Option Years With An Alternative Bid For A Base Year And Nine Option Years. see Attachments For Details
Closing Date5 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| 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|0001aa|12|265|0001ab|11|265|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|tbd|w25g1u Qty 12;w62g2t Qty 11|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|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| 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|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| Packaging Update From Version 005 To 009. No Other Changes 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 Inthe 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 The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.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 The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National 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. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 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 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,linear,direct Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 21216-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 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 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. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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 Navsup-wss 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 Enue: Commanding Officer Navsup-wss 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: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 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 

DEPT OF THE ARMY USA Tender

Others...+1Electrical and Electronics
United States
Details: The Virginia Army National Guard (vaarng) Plans To Post A Solicitation For The Rental And Service Of Generator Powered Mobile Light Towers. this Notice Is A Sources Sought. This Is Not A Request For Quote Or Proposal. Separate Notices Will Be Posted Prior To Or When Solicitations Are Issued To Industry. The Intent Of This Notice Is To Determine If There Are Business Who Can Support This Requirement. The Intention Is To Procure This Service On A Competitive, Firm-fixed Price Basis. Interested Vendors Are Encouraged To Respond To This Notice. the Virginia Army National Guard Seeks Sources That At A Minimum Have The Ability To: -provide Up To 60 Generator Powered Mobile Light Towers For A 3-week Period In June 2025. -deliver To And Pick-up From Fort Barfoot In Blackstone, Va 23824. -provide Field Maintenance/ Servicing Plan Or Ability To Replace A Defective Light Within 12 Hours. -each Light Tower Shall Have A Mast That Is Able To Retract And Stow Horizontally For Travel. -each Light Tower Shall Have A Telescoping Mast That Has A Position Lock Feature. -each Light Tower Shall Have Four (4) Lights, With Each Lamp Being At Least 1,000 Watts (other Configurations With Equivalent Or Similar Lumen Output May Be Considered). -minimum Of 12 Consecutive Hour Run Time Each Day. -generator Fueled By Diesel. -lights May Be Metal-halide Or Led. -each Light Tower Shall Have A Pintle Hitch Of 2 ½ Or 3 Inches. -each Light Tower Shall Have Tires That Meet Or Exceed The Department Of Transportation (dot) Regulations. responses To The Above Requests Will Assist The Vaarng In Making Informed Decisions On Whether To Solicit The Requirement As Small Business Set Aside, Full And Open Competition Or Sole Source. A Follow-on Solicitation Is Not Guaranteed To And The Vaarng Reserves The Right Not To Post A Solicitation As A Result Of This Sources Sought. all Interested And Capable Vendors Are Requested To Provide The Below Information Via Email To Matthew.c.guyer.civ@army.mil No Later Than The Response Date Identified In This Notice. Telephone Responses Will Not Be Accepted. Please Reference“panngb-25-p-0000 005490 Generator Light Towers”in The Subject Of The Email. The Closing Date And Time Of This Sources Sought Notice Isjanuary 15, 2025, At 2:00 Pm Eastern Time.when Responding, Providethe Following Requested Information: requested Information: 1. Company Name, Address, Telephone Number And Email Address 2. System For Award Management (sam) Unique Entity Id 3. Business Size: Large Business Or Small Business (using $40 Million As The Small Business Size Standard) And Any Socio-economic Certifications (i.e., Small Disadvantaged (sdb), Historically Underutilized Business Zone (hubzone), Veteran Owned (vo), Service-disabled Veteran Owned (sdvosb), Woman Owned (wo), Etc.) -all Interested Parties Must Accurately Reflect Their Size And Socio-economic Status If A Small Business. 4. Capabilities Statement 5. Geographic Location(s) Company Can Service
Closing Date20 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n793.15|lp6|n/a|taylor.m.weidman2.civ@us.navy.mil| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)||n/a|lp6|n/a|n/a|n/a|n/a||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 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|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15|||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| 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|| minimum Bid Acceptance Period (apr 1984)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|334417 |1000||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4||||| the Purpose Of This Amendment Is To Incorporate The Following Changes: 1. Subclin 0001aa Is Hereby Increased By 8 Units From 1 Unit To 9 Units. 2. The Total Quantity Of This Solicitation Is Hereby Increased By 8 Units From 1 Unit To 9 Units. 3. All Other Terms And Conditions Of This Solicitation Remain The Same. \
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others...+2Civil And Construction, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: *** Amendment 0002 Is Issued To Update The Applicable Davis Bacon Wage Determination, Add Far Clause 52.236-17, Revise Far Clause 52.211-10, Revise Drawing C-101 And Specification Sections 01 35 13 And 31 00 00. See Amendment Document For Further Details. *** Amendment 0001 Is Issued To Extend The Suspense Date From January 17, 2025 To February 28, 2025 And To Revise Far Clauses 52.211-10 And 52.211-10 Alt I. See Amendment Document For Further Details.*** Erie Pier Confined Disposal Facility (cdf) Is An 82-acre Disposal Facility Located Near 40th Avenue East In Duluth-superior Harbor. The Facility Is Used As A Stockpile Site For Dredge Material Taken From Duluth Superior Harbor And Other Sites. A Total Of 55,000 Cubic Yards Of Fine-grained Dredged Material, Stockpiled Within The Cdf, Shall Be Transported To Specified Destinations. The Stockpiled Material Is A Combination Of Dry And Saturated Material. The Contractor Will Mobilize On Site, Excavate, Dewater, And Load The Material Into A Transportation Vehicle To Be Hauled To Specified Local Upland Sites For Beneficial Reuse. Construction Work Includes Site Work And Preparation For Loading Activities, Clearing And Grubbing, Earthwork, Haul Road Maintenance, And Other Requirements Incidental To The Work Requirements. Performance May Be Completed Throughout The Calendar Year.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Excavation
Corrigendum : Closing Date Modified
United States
Details: Maintenance Dredging Phase -3, Maebata And Hario Shima At Commander Fleet Activities, Sasebo (cfas), Japanthe Work Includes Survey And Dredging Works To Secure The Safe Navigation Of Naval Ships And Tankers At Maebata Wharf 838 And Hario Shima Ammunition Pier 984 And Wharf 3054, Transportation Of Excavated Sediment Materials, Treat/dewater Excavated Sediment Materials (sand, Mud, Etc.) To Disposal Facility, And Incidental Related Works, As Described On Drawings And Specifications. Related Work Is Defined As Temporary Work And Relevant Work Which Is Required To Accomplish This Project. This Work Does Not Include Unforeseen Site Conditions.
Closing Date7 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Notice Deadline Extended To 02/28/2025. added Attachment: Q And A - Dme Ssn Visn 15. Proivides Answers To Previously Provided Questions (thru 01/19/2025) In Association With This Posted Ssn. ................................................................................. added Attachment:estimated Equipment Quantities. This Is A Draft Only, And Expected To Change Prior To Solicitiation. Note: This List Is Not All-inclusive; More Equipment Types Are Expected To Be Added To This List. ................................................................................. this Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. No Formal Solicitation Document Exists At This Time. We Are Seeking Information For Market Research Purposes Only. The Government Will Not Pay For Any Information Solicited. the Vha Network Contracting Office 15 (nco 15) Is Conducting Market Research To Find Qualified Vendors For Storage And Delivery Service Of Durable Medical Equipment (dme). The Proposed Naics 621610 Is Applicable To This Acquisition; With A Size Standard Of $19.0 Million Dollars. veterans Integrated Service Network (visn) 15 Healthcare Has An Ongoing Requirement For A Contractor To Provide Supplies, Materials, Equipment, Labor, Supervision, Transportation, Infection Control, Storage, Cleaning, Delivery, Sanitization, Installation, Assembly/set-up, Repair, Pick-up And Patient Training/instruction In The Use Of Government-owned, Or Purchased, Durable Medical Equipment To All Beneficiaries Serviced By Visn 15 Healthcare And Its Associated Outpatient Clinics. The Total Number Of Dme Patients At Each Va Site Varies And Is Subject To Change. The Contract Period Will Be A Base Of Twelve Months And Four Twelve-month Options. See Attached Draft Performance Work Statement (pws) For Details. all Interested Parties Should Respond Via Email To Matthew.curl@va.gov. Your Response Is Required By 01/19/2025 At 4:30 Pm Cst. In Your Response, Please Include The Following: Company Name, Address, Point Of Contact With Email And/or Phone Number, Unique Entity Identifier (uei), Gsa Contract Number (if Applicable), Information Describing Your Interest Company Socio-economic Size (example Large, Small, Sdvosb, Vosb, Wosb Etc.) Using The Naics Code And Size Standard Noted Above. current Contract Details: contract: 36c25522d0001 idiq Max Value: $5,959,702.00 contractor: Home Care Equipment, Inc. current Workload Estimates (all Sites) dates Covered Number Of Gpc Actions oct - Dec 2021 1561 jan - Mar 2022 1605 apr - Jun 2022 1512 jul - Sep 2022 1736 oct - Dec 2022 1644 jan - Mar 2023 1625 apr - Jun 2023 1579 july - Sep 2023 1451 oct 23 - Dec 2023 1595 jan - Mar 2024 1585 apr - Jun 2024 1524 july - Sep 2024 1797 va Contracting Officers Utilize The Following Guidance In Determining Set-aside Preference For Va Contracts: va Veterans First Contracting Program—38 U.s.c. 8127 And 8128 And Implementation Of U.s. Supreme Court Ruling unique Va Contracting Authority—the Va Veterans First Contracting Program And Preference For Sdvosbs And Vosbs sections 502 And 503 Of Public Law 109-461, The Veterans Benefits, Health Care, And Information Technology Act Of 2006 As Amended (38 U.s.c. 8127-8128) Established A Va-specific Program Which Gives Priority And Preference In The Award Of Va Contracts To— · Sdvosbs, And · Vosbs, In That Order the Program Is Known As The Va Veterans First Contracting Program And Is Implemented Under Vaar Subpart 819.70. Va Veterans First Mandate For The Va Rule Of Two— under 38 U.s.c. § 8127(d)(1), When Using Competitive Procedures, Va Must Set Aside Procurements For Vosbs “if A Contracting Officer Has A Reasonable Expectation That Two Or More Small Businesses Owned And Controlled By Veterans Will Submit Offers And That The Award Can Be Made At A Fair And Reasonable Price That Offers The Best Value To The United States.” This Is Known As The “va Rule Of Two.” The Supreme Court Has Ruled That 38 U.s.c. §8127(d)(1) Is Mandatory, Not Discretionary And Its Text Requires The Department To Apply The Rule Of Two To All Contracting Determinations. specifically, The Va Hierarchy And Contracting Order Of Priority Places Highest Priority With Sdvosb Then Vosb Before Other Small Business Categories Such As, 8(a), And Hubzone Programs, Or Women-owned Small Business (wosb), And Then All Other Small Businesses.
Closing Date28 Feb 2025
Tender AmountRefer Documents 
3151-3160 of 4663 active Tenders