Transportation Tenders

Transportation Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Description: Commercial Item Procurement Notice - Award|4||||| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| fms Delivery And Shipping Instructions|3|||0001ad - N52214.09 0001ae - N52214.03| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo||tbd|n00383|tbd|tbd|see 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|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|45 Days After The Defect Was Found||||| 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|| 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|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| 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||||| all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. early And Incremental Deliveries Accepted And Preferred. subclins 0001aa, 0001ab, And 0001ac Are Us Navy Procurements. subclin 0001ad Is An Fms - Canada Procurement. subclin 0001ae Is An Fms - Germany Procurement. addendum To Far 52.212-4 Contract Terms And Conditionscommercial Items in Addition To Paragraph (a), "inspection And Acceptance", Add The Following: 1. The Contractor Shall Provide Notification To The Government Of All Proposed Engineering Changes That Effect Components Managed Under This Contract. No Changes Shall Be Made Without Written Authorization From The Government For Any Change Which Will Or May affect: a) Interchangeability, Performance, Weight, Safety, Reliability, Service Life, Fit, Form, Function, And Maintainability; Or b) Federal Aviation Administration (faa) Type Certification c) Require Part Re-identification For Any Reason 2. The Change Notification Shall Include At A Minimum The Affected Parts Number(s) And A Required Approval Date In Order To Maintain Current Contractual Performance Requirements. The Contractor Shall Make Available To The Government Any Commercially Available change Documentation Such As Service Bulletins Or Original Equipment Manufacturer Product Line Change Notifications.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n721.10|lpq|609-284-3898|joshua.j.seltzer.civ@us.navy.mil| commercial Item Procurement Notice - Award|4||||| 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|n/a|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|| 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|||||||||||||||| 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 (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Solicitation Is For The Furnishing Of: nsn: 7rh 1680 015854988 item Name: Motor Controller Ob qty: 28 Ea. please Submit Quote Via Email To Joshua.j.seltzer.civ@us.navy.mil By The Due date Specified On Page 1, Block 10. 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 Online At https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "commodities." Offers Received Which Fail To Provide All Data required By The Source Approval Brochure Will Not Be Considered For award Under This Solicitation. Please Note, If Evaluation Of A Source approval Request Submitted Hereunder Cannot Be Processed In 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. 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. early And Incremental Deliveries Accepted And Preferred. \

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: This Is Not A Request For Either A Quote Or Proposal. This Announcement Is Considered Market Research In Accordance With Far Part 10. ****************** No Solicitation Is Being Issued At This Time **************** dla Land And Maritime Plans To Issue A Solicitation For Nine (9) National Stock Numbers (nsn), That Are Drawing Items. Solicitation Will Be A Five-year, Firm-fixed-price, Indefinite Quantity Contract (iqc). The Five-year Period Is Inclusive Of A Three-year Base Period And Two Separately Priced One-year Option Periods. First Destination Transportation (fdt) Applies To Some Of The Items. The Maximum Contract Value Will Be $1,904,517.18. Solicitation Will Be Available On Dibbs On Or About February 27, 2025. the Purpose Of This Synopsis Is To Identify Qualified Vendors Capable Of Manufacturing Items In Accordance With The Requirements Listed Below. Please Review The Below Nsns And Provide Us With Any Additional Sources That Are Able To Manufacture These Items. Please Provide The Company Name, City / State, Country If Applicable, And Pocs With Telephone /email Information. All Information Can Be Submitted To Joseph Coleman At Joseph.coleman@dla.mil. Phone 614 692-4583. nsn Name 1010-01-428-3233 Grip, Bayonet-knife 1005-01-431-0664 Pin, Axis, Leg, Bipod 1005-01-559-1947 Detector, Bore Obstr 1005-00-051-3607 Heatshield Assembly 1005-01-408-6011 Chamber, Blank Firin 1010-01-558-6668 Grip, Grenade Launch 1005-01-564-2663 Accessory Rail Asse 1005-01-544-1698 Sight Unit, Mechanic 1005-01-565-6692 Bipod, Machine Gun see Attachment For Additional Item Description, Packaging, And Marking Information On Items. --------------------------------------------------------------- responses To This Request For Information (rfi) Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Is For Market Research Purposes Only. Any Information Submitted Is At The Company's Own Expense. The Government Will Not Reimburse Respondents For Any Costs Associated With Submission Of Capability Statements In Connection With The Market Survey. Any Information Provided Is Voluntary. some Items Have Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear),and Cannot Be Exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control Technical Data To Dla Contractors That Have An Approved Us/canada Joint Certification Program (jcp) Certification, Have Completed The Introduction To Proper Handling Of Dod Export-controlled Technical Data Training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been Approved By The Dla Controlling Authority To Access The Export-controlled Data. Instructions For Obtaining Access To The Export-controlled Data Can Be Found At: Https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed For Use Are Required To Have An Approved Jcp Certification And Have Been Approved By The Dla Controlling Authority To Access Export-controlled Data Managed By Dla. Dla Will Not Delay Award In Order For An Offeror Or Its Supplier To Apply For And Receive Approval By The Dla Controlling Authority To Access The Export-controlled Data.

Municipality Of Dagohoy, Bohol Tender

Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 67 K (USD 1.1 K)
Details: Description Municipality Of Dagohoy Project Reference Number: Name Of Project: Boxing Equipment And Supplies For Sports And Cultural Show Presentation For Municipal Tourism Promotion Location Of Project: Poblacion, Dagohoy, Bohol Request For Quotation Date _________________ ________________________________ Quotation No.__________ ________________________________ Please Quote Your Lowest Price On The Item / Items Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________at 10:00 O’clock In The Morning At The Office Of The Local Disaster Risk Reduction And Management Officer In The Return Envelope Attached Herewith. Girlie A. Socorin Procurement Officer Item No. Qty. Unit Item And Description Unit Price Total Amount 1 1 Lot Boxing Equipment Rental Boxing Ring Transportation, Assemble And Dismantling 2 5 Pairs Boxing Gloves 3 3 Pairs Head Gear 4 3 Pairs Foul Protector 5 35 Pieces Mouth Guard 6 80 Pcs Trophy, 6 Inches 7 100 Pcs White Envelope 8 5 Pks Special Paper 20’s 9 3 Pcs Trophy, 13 Inches 10 3 Pcs Trophy, 12 Inches 11 3 Pcs Trophy, 10 Inches 12 20 Pcs Certificate Holder A4 -nothing Follows- Approved Budget For The Contract (abc): 67,025.00 Cash Bond : 2% Of Abc Surety Bond : 5% Of Abc Brand And Model : _____________________ Delivery Period : _____________________ Warranty : _____________________ Price Validity : _____________________ Bid Securing Declaration: Notarized After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________ Printed Name And Signature ________________________________ Tel. No./ Cellphone No./ E-mail Address ________________________________ Date

AGRICULTURAL RESEARCH SERVICE USA Tender

Agriculture or Forestry Works
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Description: Amendment 0001 the Purpose Of This Amendment Is To Answer Questions From Industry Which Created The Following Revisions: 1. Unit Of Issue Is Revised From Bale To Ton. 2. Contract Limits Have Been Revised To Minimum Required: 15 Tons, Maximum Required: 200 Tons. This Has Been Revised In The Statement Of Work And The Clauses And Provisions. 3. Statement Of Work Corrected To State "round" all Other Terms And Conditions Remain The Same. ______________________________________________________________ solicitation Number 12505b25q0041 Hay Round Bale Idiq Contract Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. This Is A 100% Total Small Business Set-aside. The Associated Naics Code Is 111940 (hay Farming), With A Small Business Size Standard Of $2.5m And A Psc Code Of 8710 (forage And Feed). this Acquisition Is For The Following Item As Identified In The Line Item Number(s): 0001 Hay Round Bale Idiq Contract specifications: See Attached Rfq 12505b25q0041 minimum Required: 15 Round Bales, Maximum Required: 250 Round Bales. the Contractor Shall Make Deliveries Within Five (5) Working Days After Receipt Of A Telephone Or Written Order From An Authorized Government Employee. Deliveries Will Be Made With Clean Vehicles/trailers Not Used In The Transportation Of Livestock. The Government Anticipates Award Of A Firm Fixed Price Contract. quoters Responding To This Announcement Shall Submit Their Quote In Accordance With Far 52.212-1. Submission Of Quote Shall Include The Following: 1. Price a. Vendor Shall Accept Credit Card For Delivery Order Payment. b. Price To Include Delivery And Unloading At Place Of Performance And Any Applicable Credit Card Transaction Fees Per Payment. 2. Technical Specifications a. Quote Shall Include Your Company Website Address. b. Quote Shall Include A Minimum Of Three (3) Customer References With Current Contact Information all Responses Shall Be Submitted Electronically To Debora.wells@usda.gov . the Basis For Award Is Lowest Price Technically Acceptable (lpta). "lpta" Means The Best Value Is Expected To Result From Selection Of The Technically Acceptable Quote With The Lowest Evaluated Price. The Lowest Priced Quote Will First Be Evaluated For Technical Acceptability In Accordance With The Minimum Specifications Identified. If Determined Not Technically Acceptable, It Will Be Removed From Competition And The Next Lowest Priced Quote Will Be Evaluated For Technical Acceptability. This Will Continue Until The Lowest Price Quote Is Determined Technically Acceptable. Once The Lowest Priced Quote Is Determined Technically Acceptable, Then A Determination Of Responsibility Will Be Completed. If Found Responsible, Evaluations Will Be Closed And Award Will Be Made. delivery: Deliveries Shall Be Made Direct From The Farm To The Nadc Without Transfer From Truck To Truck Or Through Terminals And Unloaded At Location Specified By The Nadc. hay Bales Shall Be Delivered To usda Nadc 1920 Dayton Avenue, Building 14 ames, Iowa 50010. inspecton And Acceptance Terms: See Attachment 1 Statement Of Work see Attached Rfq Document For The Federal Acquisition Regulation (far) And The Department Of Agriculture Acquisition Regulation (agar) Provisions And Clauses That Apply To This Acquisition. to Be Eligible For An Award, All Contractors Must Be Registered In The System For Award Management (sam). A Contractor Can Contact Sam By Calling 1-866-606-8220 Or E-mail At Www.sam.gov. No Exceptions. All Invoices Shall Be Submitted Electronically. quotes Must Be Received Via Email To Debora.wells@usda.gov By Time Specified In Sf1449 Box 8. any Questions Shall Be Submitted No Later Than 17 December 2024 11:00 Am Central Time. Answers Will Be Provided In An Amendment To The Solicitation.

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Description: Notice Of Sources Sought And Request For Information agency: U.s. Army Contracting Command-redstone In Support Of The U.s. Army Garrison - Redstone (usag-r) Is Conducting Market Research To Obtain Capability Information And To Provide Portable Toilet Services For All Organic And Tenant Organizations At The U.s. Army Garrison. this Is Not A Request For Competitive Offers– Thisrequest For Information (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. Solicitations Arenot Available At This Time, And Requests For A Solicitation Will Not Receive A Response. This Notice Does Not Constitute A Commitment By The United States Government To Contract For Any Supply Or Service Whatsoever. All Information Submitted In Response To This Announcement Is Voluntary; The United States Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The United States Government. 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 Onsam.gov. Any Prospective Contractor Must Be Registered In The System For Award Management (sam). It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Requirement. subject: Procurement Of A Service Contract To Provide Portable Toilet Services For All Organic And Tenant Organizations At The U.s. Army Garrison- Redstone Arsenal, Alabama. the Us Army Garrison Has A Requirement To Provide Installation And Service Of Portable Toilets, Holding Tanks, And Hand Wash Stations At Redstone Arsenal, Alabama. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Delivery, Setup, And Maintenance As Defined In The Attached Performance Work Statement (pws), Except For Those Items Specified As Government Furnished Property (gfp) And Services. The Contractor Shall Perform To The Standards Specified In The Pws. 1. Contracting Office Address: u.s. Army Contracting Command-redstone building 5303 Martin Road redstone Arsenal, Alabama 35898 2. Notice Type: Sources Sought (ss) /request For Information (rfi) 3. Reference Number: Portable Toilet Services Ss/ Rfi 23dec24 4. Title: Sources Sought And Request For Information For Portable Toilet Services 5. Psc Code: S205 6. Naics Code: 562991 7. Response Date: 3 February 2025 By 4:00pm Cst 8. Primary Points Of Contact: contracting Specialist: Shannon H. Thompson email: Shannon.h.thompson4.civ@army.mil u.s. Army Contracting Command- Redstone, Ccam-cad-a contracting Officer: Cleveland Crutcher email: Cleveland.crutcher.civ@army.mil u.s. Army Contracting Command- Redstone, Ccam-cad-a 9. Responses: Interested Parties Are Requested To Respond To This Rfi With A Capability Statement For The Portable Toilet Services. Capability Statements In Microsoft Word Or Pdf Format Are Requested By 2 February 2025 By 4:00pm Cst (central Standard Time). Responses Shall Be Submitted Via E-mail Only To The Points Of Contact Provided Above. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. The Following Information Must Be Included In The Response: 1. Full Company Name. 2. Identify Business Size. 3. Identify Socio-economic Status As Applicable. 4. Include Point Of Contacts (pocs): Name, Position, Office And Mobile Telephone Numbers And Email Address.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n723.12|b5l|2156975801|chad.m.fichter.civ@us.navy.mil| commercial Item Procurement Notice - Award|4||||| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| 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||tbd|n00383|tbd|tbd|see 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|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days After Delivery Of Unit|45 Days From Detect Was Found||||| 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|| 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|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|335312|1250||||||||||| 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||||| this Is A Competitive Spares Requirement For The Procurement Of The Item(s) Identified In This Solicitation. Interested Parties Must Be A Navsup Wss Approved Source Of Supply For This Item In Order To Compete For The Requirement. Offers Must Be Received Before and/or By The Closing Due Date To Be Considered. the Evaluation Criteria For This Requirement Will Be Based On Lowest Price Technically Acceptable (lpta). navsup Wss Requests That Vendors Submit A Firm-fixed Price (ffp) Quote/proposal. if Determined Necessary By The Navy, The Offeror Agrees To Provide Adequate Pricing Information Upon Bidding To Assist The Navy In Its Fair And Reasonable Price Determination. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. early And Incremental Deliveries Accepted. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 2. Applicable Documents - Not Applicable 3. Requirements - Not Applicable 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Solid Waste Management
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: S222 Boise Vamc, Id Medical Waste Disposal Services this Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following Services: title: Medical Waste Disposal Services tasks: contractor Shall Furnish All Labor, Materials, And Expertise For The Pick-up, Removal, Transportation, And Disposal Of Medical Waste Up To And Including Regulated Medical Waste And Trace Antineoplastic/chemotherapy Waste For The Va Medical Center, Boise, Idaho, Cboc (community Based Outpatient Clinic) In Twin Falls, Idaho, Mountain Home, Idaho, Caldwell, And Salmon Idaho. all Containers And Bags Supplied By The Contractor Shall Be Sealable, Clean, And Labeled In Compliance With Occupational Safety And Health Administration (osha), The Environmental Protection Agency (epa), And The Department Of Transportation (dot). contractor Must Meet Or Exceed All City, County, State, And Federal Laws And Codes In The Transportation And Disposal Of Regulated Medical Waste. contractor Must Meet Or Exceed All Va Requirements For The Transport And Disposal Of Regulated Medical Waste. contractor Vehicles Must Meet Or Exceed All City, State, Federal, And Dot Licensing And Vehicle Requirements For Transporting Medical Waste. The Contractor Shall Supply The Va Representative A Copy Of The Contractors And Any Subcontractors Current Dot License Showing They Are Certified To Transport Regulated Medical Waste. contractor Must Meet Or Exceed All State, Federal, Osha, And Joint Commission Standards In The Handling And Disposing Of Medical Waste As Well As The Training Of Personnel In The Handling And Disposing Of Regulated Medical Waste. the Va Is Responsible For The Waste Up And Until It Is Disposed Of In A Va Approved Manner. The Contractor Will Be Responsible In Showing Proof Of Industry Standards For Liability Insurance For The Contractor And Any Subcontractor Who Will Handle The Waste. contractor Shall Provide Continuing Education On Packaging And Segregation To Employees Packaging The Waste For Shipment. contractor Will Ensure That All Personnel Meet Or Exceed All Training Requirements For Handling And Disposing Of Medical Waste As Required By Osha, Epa, Dot, And Joint Commission Standards And That The Proper Documentation Is Available For Review Upon Request Of The Contracting Officer Or The Contracting Officer’s Representative (cor). all Waste Picked Up Shall Be Documented With A Copy Given To The Va Representative At The Time Of Pick Up. The Documentation Shall Indicate The Number And Size Of Containers That Were Picked Up. The Shipping Papers Shall Be Signed By The Transporter And The Generator At The Time The Waste Is Picked Up. the Contractor Shall Provide To The Va Cor A Certificate Of Treatment And Disposal By Va Approved Process For All Medical Waste Picked Up. the Contractor Will Incinerate Waste Upon Request By The Va Medical Center And The Contractor Shall Provide A Certificate Of Destruction To The Va Medical Center For Waste Requiring Incineration At 18000f Or Greater. pick Up Locations, Frequency And Days. location Frequency Day vamc, Bldg. 85 Once Per Week And As Needed. Tuesday twin Falls Cboc As Needed To Be Determined caldwell Cboc As Needed To Be Determined mountain Home Cboc As Needed To Be Determined salmon Cboc Once A Month To Be Determined all Changes In Pickup Dates Or Locations Shall Be Coordinated By The Contractor And The Cor. contractor Will Make Additional Pick-ups Upon Request At An Additional Cost As Agreed To By The Va And The Contractor. contractor Will Incinerate Waste For An Additional Cost As Agreed To By The Va And The Contractor. contractor Shall Provide A Per Container Price Schedule For The Disposal Of A 28-gallon Red Waste Container. contractor Shall Invoice Only For Containers Picked Up And Disposed Of. regulated Medical Waste Will Be Defined As Set Forth In Vha Directive 1850.06 Appendix A. the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. naics Anticipated: 562211-hazardous Waste Treatment And Disposal type Of Contract Anticipated: Tbd period Of Performance Anticipated: 17 May 2025 To 16 May 2030 (base + 4 Option Years); Additionally, 52.217-8 Option To Extend Services For An Additional Six (6) Months Is Anticipated. notes: Depending On The Results Of Market Research And Socioeconomic Set-aside Decision, The Appropriate Limitation To Subcontracting May Be Incorporated Into Resulting Solicitation/contract. potential Candidates Having The Capabilities Necessary To Provide The Above Stated Services Are Invited To Respond To This Sources Sought Notice Via E-mail To Sherry Ploor At Sharon.ploor@va.gov No Later Than Friday, 31 January 2025 At 4:30pm Mt. No Telephone Inquiries Will Be Accepted. responses Should Include The Following Information: company Name sam Ueid # address business Size point Of Contact Name, Phone Number And E-mail Address capability Statement if Applicable, Current Gsa Federal Supply Schedule Contract disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: Update 2: Contractor Mustprovide All Other Specifications And Documents That Would Allow Us To Technically Evaluate Your Product (ex. Materials And Design Specifications). Also Trailers Must Be Qualifed And Ready For The Road. update: A Q/a Document Was Added To The Attachements And The "size No Bigger Than" Statement Was Changed To "size As Close To These Specifications As Possible" this Is A Combined Synopsis/solicitation For Commercial Items Issued By The 23d Contracting Squadron, Moody Afb, Georgia. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. 23 Fss Strives To Meet The Needs Of Our Customer Base. Outdoor Rec (odr) Currently Has Eight (8) Super Cooker Grills That Need To Be Repaired Due To Damage Suffered From Hurricane Helene. The Grills Will Be Produced And Delivered At Two (2) Separate Odr Locations: (1) Equipment Rental [bldg 840 At Moody Afb] Will Receive 5 Grills, And (2) Grassy Pond Off-base Recreational Facility [5360 Grassy Pond Rd., Lake Park Ga 31636] Will Receive 3 Grills. The Current Grills Were All Damaged Beyond Repair Due To Flying Debris And The Strong Winds That Caused Them To Flip Over. This Has A Direct, Negative Impact On The Health Of The Mwrf. 23d Fss Requires The Replacement Of Eight (8) Super Cooker Grills. • Eight (8) Super Cooker Grills Need To Be Designed, Fabricated, And Delivered To Fss/odr. Custom Heavy-duty Grills On Wheels With Trailer Hitch For Ease Of Transportation. Fabrication Costs To Fully Manufacture The New Heavy Duty Grills And Do All Associated Labor. Capable Of Cooking Large Volumes Of Meat For Squadrons Of Several Hundred Airmen. Size As Close To These Specifications As Possible: Width: 36.5" / Diameter: 17.5" / Length: 73" / Height: 36" Trailer Hitch Ball: 2" // Trailer Must Be Qualifed To Be On The Road Weight Not To Exceed 1500lbs Multiple Heat Zones Or Racks For Varied Cooking Styles. Charcoal Only - Material High Grade Steel Or Equivalent Durable Material Resistant To Heat, Corrosion And Outdoor Elements Bottom Half: At Least 1/4-inch Steel Plate Or Equivalent To Aid In Durability And Longterm Use - Design Features Heavy Duty, All-terrain Wheels Capable Of Smooth Operation On Grass, Gravel, Pavement, And Uneven Surfaces. Wheels Must Support The Grill's Weight The Wheels, Trailer Hitch Ball, And Tongue Should Make The Grills Effortless Transport By One Or Two Individuals. Secure And Adjustable Hitch Compatible With Standard Towing Vehicles. Must Ensure Safe Transport Over Long Distances Handles For Opening, Hinged Lids, And Locking Mechanism To Keep Top Half Of Grill In Place Drain System For Grease And Ash Management Ventilation Controls To Regulate Airflow And Temperature. Heat Resistant Coating To Protect The Surface Grinding And Polishing Edges For Safety And Smooth Finish - Testing And Delivery Perform Heat Resistance And Mobility Tests To Confirm Functionality Deliver Five (5) To Equipment Rental At 4379 George St., Bldg 840, Moody Afb, Ga 31699 And Deliver Three (3) To Grassy Pond Off-base Recreational Facility At 5360 Grassy Pond Rd, Lake Park Ga 31636. standard 1-year Warranty To Be Provided By Contractor. notice To Offeror(s)/supplier(s): The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n723.12|b5l|2156975801|chad.m.fichter.civ@us.navy.mil| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| 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||tbd|n00383|tbd|tbd|see 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|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days After Delivery Of Unit|45 Days From Detect Was Found||||| 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|| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16||||||||||||||||| 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|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|335312|1250||||||||||| 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||||| this Is A Competitive Spares Requirement For The Procurement Of The Item(s) Identified In This Solicitation. Interested Parties Must Be A Navsup Wss Approved Source Of Supply For This Item In Order To Compete For The Requirement. Offers Must Be Received Before and/or By The Closing Due Date To Be Considered. the Evaluation Criteria For This Requirement Will Be Based On Lowest Price Technically Acceptable (lpta). navsup Wss Requests That Vendors Submit A Firm-fixed Price (ffp) Quote/proposal. if Determined Necessary By The Navy, The Offeror Agrees To Provide Adequate Pricing Information Upon Bidding To Assist The Navy In Its Fair And Reasonable Price Determination. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. early And Incremental Deliveries Accepted. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 2. Applicable Documents - Not Applicable 3. Requirements - Not Applicable 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
6601-6610 of 8661 archived Tenders