Transportation Tenders

Transportation Tenders

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

Artemio Loyola Elementary School Tender

Software and IT Solutions
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 230.9 K (USD 3.9 K)
Details: Description Electricity Expense Electricity 3 Mos Sub-total Water Expense Water 3 Mos Sub-total Internet Subscription Expense Internet / Wifi 3 Mos Sub-total Janitorial Expense Utility 3 Mos Sub-total Office Supplies Bond Paper - A4 100 Ream Bond Paper - Long 95 Ream Brown Folder - Long 200 Pc Green Expandable Folder - Long 20 Pc Laminating Film 1 Pack Certificate Holder 190 Pc Parchment Paper - A4 500 Pc Photopaper 25 Pack Duct Tape 10 Pc Acetate - A4 3 Ream Pins 4 Box Double-sided Tape 10 Pc Staple Wire 3 Box Velum 270 Pc Computer Ink 18 Pc Sub-total Semi - Information And Communications Technology Equipment Smart Television 2 Unit Printer 2 Unit Sub-total Other General Services Labor Cost (ground Maintenance) 3 Mos Sub-total Transportation And Delivery Expenses Hauling 1 Sub-total Fidelity Bond Premiums Fidelity Bond Renewal 1

South East Central Railway - SECR Tender

Works
Civil And Construction...+1Civil Works Others
Ireps
India
Closing Date24 Jan 2025
Tender AmountINR 716 K (USD 8.2 K)
Details: Description:- Roofing // Providing And Fixing On Wall Face Unplasticised - Pvc Moulded Fittings/ accessories For Unplasticised Rigid Pvc Rain Water Pipes Conforming To Is : 13592 Type A, Including jointing With Seal Ring Conforming To Is : 5382, Leaving 10 Mm Gap For Thermal Expansion. // Providing and Fixing Precoated Galvanised Iron Profile Sheets (size, Shape And Pitch Of Corrugation As Approved by Engineer-in-charge) 0.50 Mm (+ 0.05 %) Total Coated Thickness With Zinc Coating 120 Grams Per sqm As Per Is: 277, In 240 Mpa Steel Grade, 5-7 Microns Epoxy Primer On Both Side Of The Sheet And polyester Top Coat 15-18 Microns. Sheet Should Have Protective Guard Film Of 25 Microns Minimum To avoid Scratches During Transportation And Should Be Supplied In Single Length Upto 12 Metre Or As desired By Engineer-in-charge. The Sheet Shall Be Fixed Using Self Drilling /self Tapping Screws Of Size (5.5x 55 Mm) With Epdm Seal, Complete Upto Any Pitch In Horizontal/ Vertical Or Curved Surfaces, excluding The Cost Of Purlins, Rafters And Trusses And Including Cutting To Size And Shape Wherever required.

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+2Civil Works Others, Construction Material
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: Navajo Area Indian Health Service, Shiprock Service Unit, Four Corners Regional Healthcare Center, Needs A Contractor To Provide Construction Services To Replace The Water Damage Tiles Area With New Material Located In The Wellness Area - Ladies Locker Room. Random Leaks Were Occuring In Women's Locker Room And The Department Found That The Current Grout In The Shower Were Not Sealed Thus Causing Leaks To The Area. Contractor Shall Provide All Labor, Materials, Equipment, Transportation, Supervision, And All Other Necessary Items For A Complete And Useable Product In Full Compliance With The Scope Of Work, Plans, Drawings, And Specifications As Defined In The Solicitation. To Submit A Quote, Review The Enclosed Documents. This Solicitation Is Considered Construction And Is Conducted As A 100% Small Business Set-aside. Estimated Range: $56,000.00; Davis Bacon Rates Apply - Attached; Naics Code: 327120; Small Business Size Standard: 750. the Contractor, At No Additional Expense To The Government, May Coordinate With Point Of Contact: Alvin John, Maintenance Mechanic Supervisor, 928-656-5044 To Request A Pre-bis Visit. **refer To Attached Solicitation Ihs1504498. See Section K Proposal Instruction.

Public Service Delivery Tender

Automobiles and Auto Parts
Canada
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Manitoba Reference Number: Mb-mbpb-15t-00684 Issuing Department: Procurement And Supply Chain Date Issued: 10/01/2025 Issued By: Gurjeet Kharay Telephone: 431-336-6413 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply & Delivery Of Utility Terrain Vehicle For Department Of Transportation And Infrastructure For One Time Purchase. Note: For Information Or Item Clarification, If Required<(>,<)> Contact: Gurjeet Kharay Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Please Include The Rfq Number And Description When Sending Emails For Inquiries. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. General Terms & Conditions: This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 28/02/2025 2.00 Each Gsin: N2320material: 56805 Utv, Utility Terrain Vehicle, As Described Below: Specification Of Utility Terrain Vehicle. Same Or Equivalent To The Following Requirement Specification Engine: Type - 65hp/59lb-ft, 976 Cc, V-twin, Liquid-cooled Fuel Delivery System - Intelligent Throttle Control With Electronic Fuel Injection Transmission - Pro-torq Cvt With Quick Response System, High-airflow Ventilation And Electronic Drive Belt Protection Extra- L/h/n/r/p Drive Train - Selectable Turf Mode / 2wd / 4wd With Visco-lok Auto Locking Front Differential Driving Assistance - Cvt Engine Braking Eco / Eco Off / Work Mode Speed Limiter Power Steering - Dynamic Power Steering Suspensions: Front Suspension - Arched Double A-arm With Sway Bar / 12 In. Suspension Travel Front Shocks - Twin Tube Gas-charged Shocks Rear Suspension - Arched Tta With External Sway Bar /12 In. Suspension Travel Rear Shocks - Twin Tube Gas Charged Shocks Tires & Wheels: Front / Rear Tires - Xps Trail Force 27 X 9/11 X 14 In. Wheels - 14 In. Cast Aluminum Breaks: Front - Dual 220mm Disc Brakes With Hydraulic Twin-piston Calipers Rear - Dual 220mm Disc Brakes With Hydraulic Single-piston Calipers Dimensions & Capacities: Cage - Profiled Cage, Rops Approved Estimated Dry Weight - 1830 Lb (830 Kg) L X W X H - 121 X 65 X 80 In (307 X 165 X 226 Cm) Wheelbase - 83 In. (211 Cm) Ground Clearance - 13 In (30.5 Cm) Cargo Box Dimensions - 38 X 54.5 X 12 In. (96.5 X 138.4 X 30.5 Cm) Cargo Box Capacity - 1000 Lb (454 Kg) Tailgate Load Capacity - 250 Lb (113.4 Kg) Storage Capacity - 10.4 Gal (39.5 L) Towing Capacity - 2500 Lb (1,134 Kg) Payload Capacity - 1200 Lb (544 Kg) Fuel Capacity - 10.6 Gal (40 L) Person Capacity - 3 Other Specification: Gauge - 4.5 In. Wide Digital Display Battery - 12v (30 A H) Magneto - 650 W Instrumentation - Dc Outlet (10 A) Lighting - Front Lighting Output 140 W / Led Taillights Seat - Bench Seat With Passenger Seats Flipping Up, Underside Hooks Steering Wheel - Adjustable Tilt Steering Protection - Integrated Front Steel Bumper Full Hard Roof With Liner And Interior Dome Light Hitch Type - 2 In. Hitch Receiver Additional Options: -track Kit -xt Front & Rear Bumpers -4500lbs Winch ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Also Be Evaluated Based On Suitability Of Unit Offered Compared To The End User#s Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba#s Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Quality / Acceptability All Products Supplied Are Subject To Inspection Prior To Acceptance. Manitoba Reserves The Right To Reject Any Products, After Final Inspection That Does Not Meet The Specification Requested. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca (unit Prices Include All Necessary Charges E.g., Freight, Insurance, Handling Etc.) If Any Charges Are Not Included, Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer, Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labor, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service. Company Name_______________________ Location (city & Province) ______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes Please Provide: ________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advice Company Name_______________________ Location (city & Province) ______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City, Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit? Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com

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.

OFFICE OF THE SECRETARY USA Tender

Software and IT Solutions
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: This Is Amendment No. 1 To This Combined Synopsis/solicitation. the Notice Is Amended To Change The Date Questions Are Due By To 02/06/2025 At 10:00am Est. all Other Terms And Conditions Remain The Same. __________________________________________________________________________ this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation No. 6913g625q300015 Is Issued As A Request For Quotation (rfq). This Solicitation Is Being Conducted Under Far Part 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures. This Solicitation Document And Incorporated Provisions Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective 01/17/2025. The Naics Code Is 541511; The Small Business Size Standard Is $34m. the U.s. Department Of Transportation/john A. Volpe National Transportation Systems Center (volpe Center) Intends To Solicit And Award On A Sole Source Basis To I5 Services, Inc., In Accordance With Far 13.106-1(b). The Contractor Shall Provide Maintenance And Support, An Annual License And Annual Escrow For The Acquisitions Division Dashboard Located At The Volpe Center In Cambridge, Ma, In Accordance With The Attached Statement Of Work (sow). requirements/specifications the Government Intends To Award A Firm Fixed Price Purchase Order As A Result Of This Combined Synopsis/solicitation. This Notice Is Expected To Result In A Single Award, Subject To Receipt Of An Acceptable Quote. please Provide A Firm Fixed Price Quote In Accordance With The Contract Items (clins) Below And The Attached Statement Of Work (sow). clin 00100 - Monthly Maintenance And Support quantity: 12 unit: Mo unit Price: $_______________ total Price: $______________ psc: Df10 period Of Performance: Date Of Award To 01/31/2026 clin 00200 – Software License quantity: 1 unit: Ea unit Price: $________________ total Price: $_______________ psc: Df10 period Of Performance: Date Of Award To 01/31/2026 clin 00300 One Time Escrow Fee quantity: 1 Unit: Ea unit Price: $________________ total Price: $_______________ psc: Df10 period Of Performance: Date Of Award To 01/31/2026 instructions To Offerors: this Combined Synopsis/solicitation Hereby Incorporates All Federal Acquisition Regulation (far) Provisions And Clauses Contained Herein. addendum To Far 52.212-1, Instructions To Offerors-commercial Items Apply To This Acquisition And Is Incorporated By Reference. vendors Are Required To Meet All Solicitation Requirements. Failure To Meet A Requirement May Result In A Vendor Submission Being Ineligible For Award. If The Vendor Finds It Necessary To Take Exception To Any Of The Requirements Specified In The Solicitation, The Vendor Shall Clearly Identify Where It Is Addressed In Its Proposal. Each Exception Shall Clearly Identify The Specific Paragraph And/or Part Of The Solicitation To Which The Exception Is Taken. far 52.212-3, Offeror Representations And Certifications-commercial Items (attached). All Offerors Must Include A Completed Copy Of The Provision At Far 52.212-3. An Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certifications Electronically In The System For Award Management (sam) Accessed Through Http://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v)) Of This Provision. All Contractors Must Be Registered In Sam In Order To Receive An Award From A Dot Agency. far Clause 52.212-4, Contract Terms And Conditions-commercial Items Is Hereby Incorporated By Reference. far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Is Hereby Incorporated By Reference; Additional Clauses Cited In Far 52.212-5 That Apply To This Acquisition Are: 52.219-6, 52.204-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.226-8, 52.232-33, 52.232-40 And 52.252-1. all Offerors Must Have Completed The Following Representations Via Sam.gov. If The Offeror Has Not Completed These Representations, They Must Be Included As An Attachment In The Quote Submission: far 52.204-26 Or Far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. the Far Provisions And Clauses Cited In This Notice Can Be Viewed At Http://www.acquisition.gov/far. questions Shall Be Submitted By 10:00am On 02/06/2025 Est, To Karen Marino Via Email At Karen.marino@dot.gov. the Offer Should Be Addressed To The Following: U.s. Department Of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, Ma 02142. The Signed Offer Must Be Submitted Via E-mail To The Contracting Officer Karen.marino@dot.gov. The Time For Receipt Of Offers Is 12:00 Pm Eastern Time On 02/06/2024. No Telephone Requests Will Be Honored. The Government Will Not Pay For Any Information Received.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Headquarters, Us Army Contracting Command - Rock Island (acc-ri), Has A Requirement To Support Fiscal Year 2025 Army Materiel Command (amc) Builder Assessment Support At Iowa Army Ammunition Plant (iaaap). This Purpose Of This Project Is To Provide Personnel And Transportation To Escort The Amc Builder Contractor Assessment Team At Iaaap. it Is Anticipated That This Procurement Will Result In An Award To American Ordnance Llc Who Is The Operating Contractor At Iaaap. Authority For This Contract Action Shall Be The Government Property Clause Far 52.245-1 And Will Be Effected As A Task Order Under The Existing Boa That Is In Place Through Calendar Year 2033. Reference For This Action Shall Be Request For Proposal (rfp) W519tc-25-r-ia005. This Notification Has Been Posted For Subcontracting Purposes Only. please Note: This Notice Does Not Constitute An Rfp. Response To This Announcement Are Not Proposals And Cannot Be Accepted By The Government To Form A Binding Contract. This Is Not A Guarantee Of A Future Rfp Or An Award. This Notice Should Be Construed As A Commitment Of Any Kind By The U.s. Government. the Point Of Contact For This Notification And Any Requests/questions May Be Directed In Writing To Cody Melton At Cody.r.melton.civ@army.mil. Telephone Inquiries Will Not Be Accepted.

Transnet Soc Ltd Tender

Others
South Africa
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Details Tender Number Crac Jhb 46024 Department Transnet Soc Ltd Tender Type Request For Quotation Province Gauteng Date Published 4/12/2024 Closing Date 24/01/2025 10 00 Place Where Goods, Works Or Services Are Required Gauteng-gauteng-gauteng- Special Conditions A Non-compulsory Briefing Session Will Be Conducted Via Teams On The 10/12/2024, At 11h00am For A Period Of ± 2hours. [respondents To Provide Own Transportation And Accommodation]. The Briefing Session Will Start Punctually And Information Will Not Be Repeated For The Benefit Of Respondents Arriving Late. Enquiries Contact Person Phumudzo Gadivhana Email Phumudzo.gadivhana@transnet.net Telephone Number 011-584-0765 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? No Briefing Date And Time 10/12/2024 11 00 Briefing Venue Microsoft Teams Tender Documents 1. Rfq Telecontrol Electronic Card.pdf 4. Non Disclosure Agreement_april 2020_v1.pdf 2. Transnet General Bid Conditions_june 2022_v5.pdf Rfq Telecontrol Electronic Card Specifications.zip 3. Supplier Integrity Pact_november 2020_v2.pdf

NATIONAL PARK SERVICE USA Tender

Solid Waste Management...+1Environmental Service
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Description: National Park Serviceindefinite Delivery, Indefinite Quantity Forhazardous Waste Management & Environmental Emergency Response Servicesforparks: Golden Gate National Recreation Area (ggnra), San Francisco Maritime Nationalhistorical Park (sfmnhp), Point Reyes National Seashore (prns), John Muir Nationalhistoric Site (jmnhs), Rosie The Riveter/world War Ii Home Front National Historicalpark (rrnhs), Eugene O'neill National Historic Site (eonhs), And Port Chicago Navalmagazine National Memorial (pcnmnm)counties: San Francisco, Marin, San Mateo, And Contra Costa Countyrfq: 140p8625q00141. Introduction: This Is A Sources Sought Announcement Only- This Source Sought Is Solely For Information And Planning, As A Means For The Government To Conduct Market Research, Identifying Interested Parties And Their Capability To Support The Requirements For Indefinite Delivery, Indefinite Quantity To Provide Sf Bay Area Nps Units With Routine And Non-routine Hazardous Waste (including Non-hazardous Regulated Waste) And Hazardous Debris Management And Disposal And Emergency Response Services. Services Include But Not Limited To Identification, Sampling, Removal, Packaging, Transportation, Labeling, Laboratory Analysis, Fate Determination, Documentation, Emergency Response And Audit Trails Until Ultimate Treatment, Recycling And/or Disposal Of Hazardous Wastes. Emergency Cleanup Services For Emergency And Time Critical Removal Actions, Which Include The Release Or Threat Of Release Of Oil, Petroleum Products, Hazardous Substances, Or Pollutants And Contaminants That Pose An Actual Or Potential Threat To Human Health Or Welfare, Or To The Environment. Environmental Cleanup/response To Natural And Manmade Disasters, Including Nuclear, Biological Or Chemical Incidents Are Covered Under The Scope Of Services.responses To This Sources Sought Will Be Considered And Will Help The Government Dictate A Path Forward. All Business Categories Will Be Considered To Include Small And Large Businesses.2. Place Of Performance: Golden Gate National Recreation Area (ggnra), San Francisco Maritime National Historical Park (sfmnhp), Point Reyes National Seashore (prns), John Muir Nationalhistoric Site (jmnhs), Rosie The Riveter/world War Ii Home Front National Historical Park (rrnhs), Eugene O'neill National Historic Site (eonhs), And Port Chicago Naval Magazine National Memorial (pcnmnm), San Francisco, Marin, San Mateo, And Contra Costa County, California.3. Disclaimer: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. An Organization Responding To This 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 The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre- Solicitation Synopsis And Solicitation May Be Published Online At The Contract Opportunities Website At Www.sam.gov. Responses To This Notice Will Not Be Considered Adequate Responses To A2solicitation.4. Contractor Capability: Provide All Supervision, Labor, Materials, And Equipment Necessary To Provide Sf Bay Area Nps Units With Routine And Non-routine Hazardous Waste (including Non-hazardous Regulated Waste) And Hazardous Debris Management And Disposal And Emergency Response Services. Services Include But Not Limited To Identification, Sampling, Removal, Packaging, Transportation, Labeling, Laboratory Analysis, Fate Determination, Documentation, Emergency Response And Audit Trails Until Ultimate Treatment, Recycling And/or Disposal Of Hazardous Wastes. Emergency Cleanup Services For Emergency And Time Critical Removal Actions, Which Include The Release Or Threat Of Release Of Oil, Petroleum Products, Hazardous Substances, Or Pollutants And Contaminants That Pose An Actual Or Potential Threat To Human Health Or Welfare, Or To The Environment. Environmental Cleanup/response To Natural And Manmade Disasters, Including Nuclear, Biological Or Chemical Incidents Are Covered Under The Scope Of Services.basic Description Of Work: Please Find Attached Draft Scope Of Work.5. Response To Sources Sought: Interested Contractors Must Be Currently Registered (or Be Able To Register Prior To Any Future Award) In The System For Award Management (sam) At The Official Sam Website At Www.sam.gov (sam Registration Is Free - There Is No Cost To Use Sam).interested Contractors Able To Perform The Type Of Work Detailed Above Are Encouraged To Provide Their Company Or Entity Name, Address, 9-digit Numeric Duns Number, Contact Information (phone And Email) For Primary Points Of Contact, And Any Relevant Information Demonstrating Their Capability To Perform The Work To The National Park Service.similar Work Includes:¿ Indefinite Delivery, Indefinite Quantity (idiq) For The Delivery Of Hazardous Waste Disposal And Emergency Response Services¿email Responses Directly To Contract Contracting Officer Liset Gomez At Liset_gomez@nps.gov. Any Questions Can Be Directed To Liset Gomez Via Email Or By Telephone At 415-265-5650. Responses Are Due No Later Than January 30, 2025 At 3:00pm Pacific Time.6. Important Notes: Interested Parties May Register At Www.sam.gov To Receive Notification When The Solicitation And Any Amendments Or Notices Are Issued And Available For Downloading. Please Note That The General Services Administration Provides The Notification Service As A Convenience And Does Not Guarantee That Notifications Will Be Received By All Persons On The Mailing List. Therefore, We Recommend That You Monitor The Contracting Opportunities Site At Www.sam.gov For All Information Relevant To Desired Acquisitions.
6901-6910 of 9210 archived Tenders