Transportation Tenders
Transportation Tenders
Misamis Occidental Tender
Automobiles and Auto Parts
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 595 K (USD 10.1 K)
Details: Description Republic Of The Philippines City Government Of Oroquieta Bids And Award Committee City Hall Main, Oroquieta City January 22, 2025 The City Government Of Oroquieta, Through Its Bids And Awards Committee (bac), Informs The Public That The Office Of The City Disaster Reduction Management, This City, Will Procure Through Alternative Method Of Negotiated Procurement – Small Value Procurement For Hereunder Described Items, Viz: Description : One Job Order – General Overhaul Of 2 Engines Purpose : For The Replacement Of Worn-out Parts Of Cdrrmo Rescue Boat Pr No. : 100-12-24-03355 Approved Budget : Php 595,000.00 Source Of Funds : 5% Cdrrmf/mooe/repair & Maintenance – Transportation Equipment The Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). Deadline For The Submission Of Price Quotations From Interested Bidders Is On January 27, 2025 At 9:30 Am In The Morning At The Office Of The City General Services, This City. Date Of Negotiation Will Be On The Same Date At 10:00 In The Morning. Wilma C. Jumawan Community Affairs Officer Iv Head, Bac Secretariat
Misamis Occidental Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 78.4 K (USD 1.3 K)
Details: Description Republic Of The Philippines City Government Of Oroquieta Bids And Award Committee City Hall Main, Oroquieta City February 4, 2025 Notice Of Request For Submission Of Price Quotation The City Government Of Oroquieta, Through Its Bids And Awards Committee (bac), Informs The Public That The Office Of The City Public Services, This City, Will Procure Through Alternative Method Of Small Value Procurement For Hereunder Described Items, Viz: Description : 1 Pc Fuel Gas Tank Cap & Other Items Purpose : For Use In The Replacement Of Worn-out Parts In Various Vehicles And For Motorpool Use. Pr No. : 100-01-25-00066 Approved Budget : P 78,405.00 Source Of Funds : Repair & Maintenance – Transportation Equipment The Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). Deadline For The Submission Of Price Quotations From Interested Bidders Is On February 7, 2025, At 9:30 In The Morning At The Office Of The City General Services, This City. Opening Of Quotations Will Be On The Same Date And Venue At 10:00 In The Morning. Sgd. Wilma C. Jumawan Community Affairs Officer Iv Head Of The Bac Secretariat
City Of Lapu lapu Tender
Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
Details: Description City Of Lapu-lapu City General Services Office Bill Of Quantities Delivery Period : Philgeps Reference No. : Title : Seacraft Rental For Humanitarian Relief Assistance And Transportation Of Personnel For The Conduct Of Disaster Preparedness Training To Different Island Barangays Abc : Php 700,000.00 P.r. No. : 25-01-0050 P.r. Date : 01/08/25 Office : Local Disaster Risk Reduction Management Fund Abc : Php 700,000.00 No. Qty. Unit Item Description Brand Unit Cost Total Cost 1 100 Roundtrip "rental Of 2 Units Pumpboat, 100 Roundtrips 1 Roundtrip - Angasil/ Hilton/ Marigondon Port To Any Port In Olanggo Island, Caubian, Caohagan, Pangan-an And Back To Angasil/hilton/marigondon Port" I Hereby Certify That The Above Quoted Price Of Each Article Is True And Correct And I Bind Myself To Deliver The Same To The City Of Lapu-lapu Upon Receipt Of Notice Of Said Purchased Order. Note: This Prio-forma Forms Part Of The Paid Tender Documents And Will Be Made As One The Basis For Clarification Form The Interested Bidders/suppliers And Eventually The Modification Of The Statements/provisions In The Invitations To Bid.
Rail Coach Factory - RCF Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Ireps
India
Closing Date31 Jan 2025
Tender AmountINR 1 Billion (USD 11.5 Million) This is an estimated amount, exact amount may vary.
Details: Centralized Procurement Of Cpcb-iv Compliant 500kva (336kw), 750v, 3 Phase Diesel Alternator Sets On Sitc Basis For Lhb Power Car (without Power And Control Pa Nel) As Per Spec. No. Rdso/pe/spec/ac/0084-2008 Rev.-1 With Rcf Annexure-d Along With Co Mprehensive Annual Maintenance Contract Of 7 Years Including Warranty Period, As Per Rcf Specification Edts-465 (installtion, Testing And Commissioning Charges To Be Sepera Tely Quoted By The Firms) Note:- Year-wise Camc Rates In Terms Of Fixed Percentage Of D A Sets Base Price (without Taxes And Installation, Testing And Commissioning Charges) A Re Specified As Per Annexure-i To Item Description, , Packing Instruction: As Per Standard Pa Cking. It Should Be Ensured That Item Should Not Rub During Transportation. The Item S Hould Be Packed With Adequate Strength. Transit Damage , If Any , Shall Be At The Cost Of Supplier. [ Warranty Period: 30 Months After The Date Of Delivery ] [quantity Tolerance (+/-): 5 %age , Item Category : Normal , Total Po Value Variation Permitt Ed: Max 8 Lacs ] ]
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: The Contractor Shall Provide All Labor, Materiel, Transportation, And Equipment Necessary To Conduct Audio-visual (av) And Systems Integration, Repair, Maintenance, Replacement, Installation, Upgrade, Fabrication, And Training For Both Tactical And Garrison Tactical Command & Control Communications & Computers (c4) Operations In Support Of Iii Corps And Its Major Subordinate Commands (mscs), Tenant Organizations And Other Missions Supported By Fort Cavazos, Texas. the Period Of Preformance (pop) Will Be From27 March – 26 September 2025 See 1.3 In Pws. the U.s. Government Currently Intends To Award A Contract For Tactical Command & Control Communications & Computers (c4) Operations Support On An Sole Source Basis, But Is Seeking Vendors That May Be Able To Perform This Requirement In Order To Support A Competitive Procurement. The Proposed Sole Source Firm Fixed Price Contract Is For Both Tactical And Garrison. The Statutory Authority For The Sole Source Procurement Is Far 13.106-1(b)(1): For Purchases Not Exceeding The Simplified Acquisition Threshold (sat), Only One Source Reasonably Available, Urgency, Exclusive Licensing Agreements, Brand Name, Or Industrial Mobilization. Attached Is The Draft Performance Work Statement (pws).
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Others
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: The National Highway Traffic Safety Administration (nhtsa) Is An Operating Administration Of The United States Department Of Transportation (dot). Nhtsa’s Mission Is To Save Lives, Prevent Injuries And Reduce Economic Costs Due To Road Traffic Crashes. The Agency Develops, Promotes, And Implements Effective Educational, Engineering And Enforcement Programs With The Goal Of Ending Preventable Tragedies Associated With Vehicle Use And Highway Travel. as Part Of Its Mission To Reduce Fatalities And Injuries Caused By Motor Vehicle Crashes, Nhtsa Promulgates Federal Motor Vehicle Safety Standards (fmvsss). Manufacturers Of Motor Vehicles And Items Of Motor Vehicle Equipment Are Required To Certify That Each Product They Sell In The United States Meets The Requirements Of All Applicable Fmvss. under This Compliance Test Program, Nhtsa’s Office Of Vehicle Safety Compliance (ovsc) Will Select Vehicles And Items Of Motor Vehicle Equipment For Compliance Testing. Ovsc Relies Upon The Data And Analyses Generated By The Testing To Support Its Investigation Whether A Vehicle Manufacturer’s Self-certification Is Valid. the Government Reserves The Right, Under This Contract, To Conduct Any Or All Of These Compliance Tests In Each Year, In Addition To Other Occupant Protection Related Testing And Analysis In The Area Of General Traffic Safety As Needed.
DEPT OF THE NAVY USA Tender
Manpower Supply
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0002 (dated 6 Jan 2025) With Two (2) Enclosures. amendment 0001 (dated 20 Dec 2024) work Description: The Contractor Shall Provide All Labor, Management, Supervision, Management, Tools, Materials, Equipment, Facilities, Transportation, Incidental Engineering, And Other Items Necessary To Provide The Services For Both Recurring And Non-recurring Custodial Services. contractor License Requirement:any Contract Resulting From This Solicitation Will Be Awarded And Performed In Its Entirety In The Country Of Japan. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Contractors Must Be Registered To Do Business And Possess An Appropriate License Issued By The Ministry Of Land, Infrastructure And Transport Or Prefectural Government In Order To Perform Work Under This Contract. status Of Forces Agreement (sofa):the U.s. Government Shall Not Offer “united States Official Contractor” Status Under Article Xiv Of The U.s.-japan Status Of Forces Agreement (sofa) Under This Solicitation. Furthermore, Unless Specifically Provided In The Specific Task Order Request For Proposal, The U.s. Government Shall Not Certify Any Employees Of A Contractor As “members Of The Civilian Component” Under Article I(b) Of The Sofa.
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.6 K)
Details: Description Price Schedule / Bid Tender Name Of Bidder: _____________________________________________ Bid No.: Peo-24-1614-b (rebid) Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number If Equipment) (indicate N/a If No Brand) Unit Price Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Unit Price (col 7+8+9+10) Total Price Delivered Final Destination (col 11) X (col 3) 1 Cad Pc 3 Unit 131,098.00 2 Office All-in-one Pc 15 Unit 62,835.00 3 Laptop 1 Unit 50,465.00 Abc: One Million Three Hundred Eighty-six Thousand Two Hundred Eighty-four Pesos (php1,386,284.00) _______________________________________________ Name Of Establishment ______________________________________________ Signature Over Printed Name Of Proprietor Or Authorized Representative
Bc Timber Sales Tender
Others
Canada
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: The Proposed Contract Requires The Services For Reforestation Of Approximately 792,000 Tree Seedlings To Be Planted In Various Cutblocks Located In The Dawson Creek Timber Supply Area In The Peace-liard Business Area. The Contract Will Require Tree Planting Services On A Total Of Six (6) Cutblocks, Of Which Four (4) Are Estimated To Require Helicopter Transport Of Approximately 455,520 Tree Seedlings. The Remaining Cutblocks To Be Planted Are Accessible By 4x4 Pickup And Atv. The Daily Production Target Will Be Set To A Minimum 50,000 Trees Planted Per Planting Day. The Successful Contractor Will Be Responsible For All Planning Of Helicopter Transportation And All Costs Incurred. The Contractor Should Expect Challenging Atv Access Conditions Into Blocks Via Deactivated Access And Block Roads. Some Areas May Be Remote And Require Long Drives. It Is Expected That An Implementation Contractor Will Be In Place For This Contract. The Implementation Contractor Will Be Responsible For Doing The Day-to-day Implementation Of This Contract Including, But Not Limited To, Daily Planting Quality Checks, Daily Reefer Checks, All Pay Plots And Regeneration Plots. The Contractor Is Solely Responsible For Making All Arrangements For The Delivery Of Seedlings To The Work Areas In Accordance With The Requirements Detailed In Stock Ordering And Shipping Procedures
OFFICE OF THE SECRETARY USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: This Is Amendment No. 1 The Original Notice Posted On 1/30/2025. Under 4.0, "submission Instructions", See Item 9 And 10 For Addtional Submission Requirements. All Information Requested Shall Be Sent Via Email To Karen Marino At Karen.marino@dot.gov. this Is A Request For Information (rfi) Only. this Rfi Is For Information And Planning Purposes Only And Is A Market Research Tool To Determine The Availability And Adequacy Of Sources Prior To Determining The Method Of Acquisition And Possible Issuance Of A Request For Quotation (rfq). This Rfi Does Not Constitute A Solicitation For Bids, Quotations, And Proposals, And Is Not To Be Construed As A Commitment By The Government. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Competitive Contract. All Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. 1.0 Description the U.s. Department Of Transportation (u.s. Dot), John A. Volpe National Transportation Systems Center (volpe Center), Cambridge, Ma, Is Conducting The Rfi As Part Of Its Market Research To Identify Companies And Laboratories That Perform Standard Material Aging Processes And Fire Testing Of Materials. This Request For Information Does Not Constitute A Solicitation And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Any Effort Expended In Responding To This Notice. 2.0 Background the John A. Volpe National Transportation Systems Center (volpe Center) Provides Technical Support To The Federal Railroad Administration’s (fra) Railroad Systems Safety Research. The Fra Considered The Results Of The Ongoing Volpe Fire Safety Research Program When It Issued Fire Safety Regulations In 49 Cfr, Part 238.103, And Appendix B In 1999, Which Were Modified In 2002. Following The Rulemaking, Fra And Volpe Staff Identified Several Technical Issues Relating To The Fire Performance Of Certain Component Materials During The Initial Rulemaking Development, During The On-going Fra Research Program, Or As A Result Of Industry Questions And Other Technical Input. scope this Request For Information Seeks To Identify Industry Partners And Fire Testing Laboratories And To Determine Capabilities To Perform Artificial Aging Processes On Materials And Material Fire Tests In Accordance With American Society For Testing And Materials (astm) And Other Standards Identified In National Fire Protection Association (nfpa) 130, Standard For Fixed Guideway Transit And Passenger Rail Systems. Capabilities To Perform The Aging Processes Identified In Table 1 (see Attachment) And Material Fire Tests Identified In Table 2 (see Attachment) Are Desired. data Gathered From Each Of The Tests Include But Are Not Limited To The Following Types Of Information As Specified In The Referenced Standards: surface Flammability smoke Emission flame Time burn Length flame Spread radiant Panel Index specific Optical Density Of Smoke fire Tests And Aging Processes Are Expected To Be Applied To Seat Cushions, Seat Padding, Mattresses, Armrests, And Entire Seat Assemblies. 4.0 Submission Instructions interested Contractors Shall Provide: a Written Statement Of Capabilities Of Sufficient Detail Demonstrating Their Understanding, Technical Capabilities, Knowledge And Expertise Of The Section 3.0 Description Of Requirements. specific Capability (yes/no) To Perform Each Aging Process Identified In Table 1 specific Capability (yes/no) To Perform Each Fire Test Identified In Table 2 laboratory Capabilities And Limitations, Including Target Fire, Heat Release Rate, Test Article Size Limitations, Measurement Limitations, And Other Applicable Limitations laboratory Availability And Required Lead Time To Perform Each Aging Process And Material Fire Test rough Order Of Magnitude Cost For Each Of The Aging Processes And Described Tests suggested Naics Code That This Work Should Be Conducted Under. the Business Size Of Your Business, Would Be Considered Under The Suggested Naics Code. company Name, Address, Cage Code, Unique Entity Identification (uei); contractor Point Of Contact Name, Telephone Number, Email Address, And Website Url.
6891-6900 of 9203 archived Tenders