Transportation Tenders

Transportation Tenders

Department Of Energy Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: On 1/15/25, Amendment 02 Was Issued To Provide Responses To Prospective Offerors' Questions, Revise Exhibits To Reflect The Transition Of Mangement And Operations Of Fermilab From Fermi Research Alliance (fra) To Fermi Forward Discovery Group (ffdg), And To Extend The Proposal Due Date To 5:00pm Ct On Wednesday, January 29, 2025.see Attached Amendment 02 Document For More Information. on 1/02/25, Amendment 01 Was Issued To Extend The Proposal Due Date To 5:00pm Ct On Thursday, January 23, 2025.see Attached Amendment 01 Document For More Information. fermi National Accelerator Laboratory (fnal) Is Requesting Proposals For The Replacement Of A Generator And An Automatic Transfer Switch (ats) At The Fire House. The Project Is Located On The Fermi National Accelerator Laboratory (fermilab) Site, Adjacent To The City Of Batavia, Illinois. The Project Is In Kane County. Refer To The Site Map For The Exact Location Of The Fire House. the Subcontractor Shall Furnish All Required Supervision, Labor, Materials, Tools, And Equipment Necessary To Perform Diligently And Fully All Work As Described In The Drawings And Technical Specifications. All Work Includes Transportation, Overhead, Bonding Costs, Safety Oversight, Quality Control Oversight, And Supervision As Required To Construct The Project Described In The Drawings And Technical Specifications. for More Detailed Information, Please Review The Attached Sow Entitled, “fire Department Generator Replacement.” proposals Are Due 1/13/2025 At 5pm Ct

Departementenes Sikkerhets Og Serviceorganisasjon Tender

Services
Transportation and Logistics
Norway
Closing Date24 Jan 2025
Tender AmountNOK 60 Million (USD 5.3 Million)
Details: Title: Moving Services To The New Government Quarter description: The Project New Government Block ́s Construction Stage 1 Shall Be Ready For Moving Into January 2026. In Connection With This, Approx. 2,100 Ministry Employees Are Moving From Existing Premises. Construction Stage 1 Will House The Ministry Of Foreign Affairs, The Prime Minister's Office, The Ministry Of Justice And Emergency Services, The Ministry Of Climate And Environment, The Ministry Of Trade, Industry And Fisheries And Parts Of Employees From Other Ministries. The Agreement Shall Cover The Physical Moving Process Out Of Old Premises And Into New Premises. A Large Part Of The Assignment Will Consist Of Emptying The Deprived Premises Through, For Example, Sales/give Away/disposal. As A Part Of The Agreement, The Tenderer Shall Offer Consultancy Services For Project Management And Planning Of Moving. The Agreement Shall Also Cover The Ministry Fellowship ́s Ongoing Need For General Moving, Transport And Assembly Services In The Joint Ministries After The Current Framework Agreement For Such Services Expires In April 2026. There Is Mainly A Need For Services That Cover Various Small Assignments Such As Moving Minor Objects, Putting Together Furniture And Assembly, Transportation Of Various Waste Etc., As Well As Moving Large Items. The Moving Assignments Will Be Both Internally In The Buildings, Between Buildings As Well As To External Buildings. The Moving Assignments Can Also Occur In Connection With The Closure And Emptying Of Locations As Well As The Establishment Of New Locations. Tenderers Must Also Be Able To Offer Storage If Needed. There Will Be A Need For Larger Projects For Larger Storage Capacity.

Placer County Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Canada
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Notice Is Hereby Given That Bids Are Being Solicited By Placer County To Furnish All Labor, Materials, Tax, Transportation, Equipment, And Services Necessary For Placer County Bid No. 20561 - French Meadows Roadwork Project No. 2. The Work Consists Generally Of Clearing And Grading Of Roads, Crossing Removal And Replacement, And Drainage Structure Installation As Designated By Plans Provided By Placer County. All Work Will Be Performed On Unpaved Roads On Remote United States Forest Service Land In The French Meadows Area. Road Work Shall Be Completed By No Later Than August 31, 2025. The County Shall Award The Bid To The Lowest Responsive And Responsible Bidder(s). The County May Award Road Numbers On An All-or-none Basis, Or By Line Item (road Numbers), Or However Best Serves The Interests Of The County. Low Bids Exceeding The County's Estimates May Affect The County's Ability To Award Road Numbers. Bids Shall Be Submitted In Accordance With The Specifications, Requirements, Instructions To Bidders, Terms And Conditions Contained In The Bid Book And Other Associated Bid Documents Attached. Bid Opening: Microsoft Teams Need Help? Join The Meeting Now Meeting Id: 293 608 215 120 Passcode: Ud7mjz Dial In By Phone +1 619-483-4068,,591178445# United States, Chula Vista Find A Local Number Phone Conference Id: 591 178 445#

DEPT OF THE NAVY USA Tender

Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Nsn: 1377-01-053-0587 Or 1377-01-630-5139 quantity: 152 Ea fat, Lat, And Cdrls Are Fob Destination. Deliverable Items Are Fob Origin. delivery Schedule: 300 Dadc For Fat 600 Dadc For Lot 1 Lat paper Copies Of The Solicitation Will Not Be Provided By The Navy. First Article Testing, Production Lot Testing, Contractor Data Requirements List, Fob Origin And Destination Apply. except As Modified Or Amplified In The Rfp This Item Contains Explosives And A Pre-award Safety Survey Will Be Required. Dfars 252.223-7002, Safety Precautions For Ammunition And Explosives Applies. Acquisition Contains Explosive Ordnance Items Which Require Special Security, Safety And Transportation Clauses, Which May Be Found In Section I. the Solicitation Will Be Available No Earlier Than The Response Date For This Synopsis. technical Data Will Be Available For Viewing On The Web At Beta.sam.gov. the Proposed Contract Action Is For Supplies For Which The Government Intends To Solicit And Negotiate With Only Two Sources Under The Authority Of Far 6.302. However, All Responsible Sources May Submit A Capability Statement With An Offer, That If Received In A Timely Manner, Will Be Considered. based Upon Market Research, The Government Is Not Using The Policies Contained In Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government’s Requirement With A Commercial Item Within 15 Days Of This Notice.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both The System For Award Management (sam) Website (https://sam.gov/) And The Navy Electronic Commerce Online (neco) Website (https://www.neco.navy.mil/). this Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2024-07 And Dfars Publication Notice 20241010. it Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. this Solicitation Is A Request For Quotations (rfq) And Is For Commercial Services. The Rfq Number Is N0018925qz079. the Naics Code Is 485999 And The Small Business Standard Is $19m. The Small Business Office Concurs With The Set- Aside Determination. the Naval Supply System Command (navsup) Fleet Logistics Center Norfolk (flcn), Contracting Department Detachment Philadelphia Hereby Provides Notice Of Its Intent To Award A Sole Source, Firm-fixed Price (ffp) Service Contract. The Government Intends To Solicit And Negotiate The Instant Procurement On A Sole Source Basis To Virginia Department Of Transportation (cage: 75kc6), An Other Than Small Business Of Richmond, Va Pursuant To The Procedures Of Far Parts 12 And 13. The Sole Source Nature Of This Requirement Is Based On The Determination That Virginia Department Of Transportation Is The Only Vendor That Can Provide Ez Pass Services For Use By The Government As Required By This Acquisition. The Requirement Is Being Processed On Behalf Of The Navy Recruiting Command (nrc)’s Navy Talent Acquisition Group (ntag) Richmond. Responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. a Government Technical Point Of Contact For Delivery Will Be Provided At The Time Of Contract Award. The Contractor Is To Provide Services And Products As Indicated Below; More Details Of The Government’s Requirements As Well As The Intended Period Of Performance Are Described Within The Attachment To This Posting. - Clin 0001 - Ez Pass Services/transponders (if Applicable) - 1 Lot, Nsp - Clin 0002 - Ez Pass Services/transponders (if Applicable) - 1 Lot, Nsp - Clin 0003 - Ez Pass Services/transponders (if Applicable) - 1 Lot, Nsp - Clin 0004 - Ez Pass Services/transponders (if Applicable) - 1 Lot, Nsp - Clin 0005 - Ez Pass Services/transponders (if Applicable) - 1 Lot, Nsp Navy Talent Acquisition Group (ntag) Richmond Requires Ez Pass Services Which Include Transponder/vehicle Pass (if Applicable). the Proposed Acquisition Is For Ez Pass/accounts Would Allow Ez Pass Access To Ntag Richmond Personnel Required To Travel Through Various Different Mandatory Toll Roads, Bridges, And/or Tunnels In Virginia And Maryland In Order To Arrive To The Mission Required Destination For Local Recruitment And Mission Needs. The Proposed Acquisition Is To Acquire Ez Pass Services Outlined Herein, Which Are Commercially Available. Ez Pass Is The Only Provider For These Services. Market Research Has Determined That Virginia Department Of Transportation Is The Only Source Capable Of Providing Ez Pass Toll Services Meeting Ntag Richmond’s Minimum Need For This Acquisition. The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Response Will Be Considered; All Responses From Responsible Sources Will Be Fully Considered. The Following Provisions And Clauses Apply To This Solicitation: - 52.212-1, Instructions To Offerors - Commercial Items - 52.212-4, Contract Terms And Conditions - Commercial Items - 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders - Commercial Items. Quoters Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offerors Representations And Certifications - Commercial Items. This Acquisition Is Not Subject To World Trade Organization Government Procurement Agreement Or Free Trade Agreements. See The Attachment To The Posting For Additional Contract Requirements, Terms, And Conditions Determined By The Contracting Officer To Be Necessary For This Acquisition And Consistent With Customary Commercial Practices. no Defense Priorities And Allocations System (dpas) Rating Is Applicable To This Procurement. system For Award (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. The Announcement Will Close At 3:00 Pm Eastern Savings Time (est) On 6 February 2025. all Quotes Shall Be Submitted In Writing Via Email To Elene.y.chappelle.civ@us.navy.mil.

FEDERAL AVIATION ADMINISTRATION USA Tender

Machinery and Tools
United States
Closing Soon21 Feb 2025
Tender AmountRefer Documents 
Details: The Federal Aviation Administration (faa), Aaq-5a0 Has A Requirement A To Provide All Labor, Tools, Equipment, Materials, Transportation, Clean Up, And Supervision Required For The Trolly Hoist Replacement Project, Ft. Lauderdale Asr Radar Site, Davie, Fl 33312, As Outlined The Associated Statement Of Work And Is Issuing The Attached Request For Proposal (rfp) From Eligible Interested Offerors. period Of Performance: the Performance Period For This Contract Shall Begin Within 5 Days Of Notice To Proceed (ntp). For Reporting Purposes, The North American Industry Classification System Size Standards (naics): 238290– Other Building Equipment Contractors And The Small Business Size Standard Is $22 Million. this Requirement Will Be Set-aside And The Government Intends To Award A Single Firm Fixed Priced Contract To The Responsible Offeror By Way Of Tiered Evaluation Method (see Sections L And M Of The Solicitation Document For Further Details), In Accordance With Ams Policy 3.6.1.3.4 Set-asides To Small Businesses Owned And Controlled By Socially And Economically Disadvantaged Individuals (8(a) Certified), Service-disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, And Economically Disadvantaged Women-owned Small Businesses, Which Requires Procurements With An Anticipated Dollar Value Exceeding $10,000, But Not Over $250,000 To Be Automatically Reserved, Set- Aside And Awarded To Businesses Within The Aforementioned Socioeconomic Categories. site Visit: site Visit Attendance Is Strongly Encouraged offerors Are Urged And Expected To Inspectto Gain A Thorough Understanding Of Site Conditions And Scope Of Work That Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Dispute After Contract Award. Therefore, A Site Visit Has Been Scheduled For 28 January 2025 At 10am Local Time. to Coordinate Your Attendance For The Scheduled Site Visit Please Forward Your List Of Attendees At Least One Day Prior To The Scheduled Site visit To The Poc Noted Below: name: Timothy C. Scott address: : Timothy.scott@faa.gov ft. Lauderdale Asr Radar Site telephone: Office:954-921-9253 Cell: 786-229-5642 information Provided At The Site Visit, As Well As Answers To Questions Shall Not Change/qualify The Terms And Conditions Of The Solicitation And Specifications. Terms Remain Unchanged Unless The Solicitation Is Amended In Writing. potential Offerors Should Note That The Faa Reserves The Right To Communicate With One Or More Offerors At Any Time During The Procurement Process. notice: to Be Considered For Award Of This Project, The Contractor Must Have A Current Registration In The Central Contractor Registry Database (website: Www.sam.gov) And Not Be Suspended Or Disbarred From Government Contract Award. when Responding To This Request For Proposal (rfp), Each Offeror Is Required To Submit A Cost Breakdown Proposal In Addition To All Other Required Documents Outlined In The Rfp (under The Required Submissions Section). proposal Due Date: 21 February 2025- Nlt 5:00 Pm Eastern Standard Time submissions Must Be Submitted Via Electronic Email Copy Only To Regina.singleton@faa.gov. any Responses Received After This Time Will Not Be Considered In Accordance With Ams Provision 3.2.2.3-14, Late Submissions, Modifications, And Withdrawals Of Submittals. please Refer All Questions In “writing” Only To Regina.singleton@faa.gov. the Offerors May Begin Submitting Questions And Comments Immediately After Release Of The Sir Up To 4 February 2025- 5:00pm Eastern Standard Time. Responses To Questions Will Not Necessarily Change The Date Proposals Are To Be Received. Offerors Must Submit All Questions And Comments Via E-mail To Regina.singleton@faa.gov, Questions Submitted Via Phone Call Will Not Be Answered. The Faa Will Respond Publicly In Writing Within Five (5) Business Days On The Sam.gov Website To All Potential Offerors. Questions And Answers That Clarify Sir Details Will Be Provided To All Offerors; However, The Source Of Questions Will Not Be Identified. this Rfp Is Not To Be Construed As A Contract Or A Commitment Of Any Kind.the Government Shall Not Be Liable For Payment Of Any Costs Attributed To The Preparation And Submission Of Requested Proposal Documentation. for Informational Purposes For Minority, Women-owned And Disadvantaged Business Enterprises: The Department Of Transportation (dot), Office Of Small And Disadvantaged Business Utilization (osdbu), Has A Program To Assist Small Businesses, Small Businesses Owned And Controlled By Socially And Economically Disadvantaged Individuals, And Women-owned Concerns To Acquire Short-term Working Capital Assistance For Transportation-related Contracts. Loans Are Available Under The Dot Short Term Lending Program (stlp) At Prime Interest Rates To Provide Accounts Receivable Financing. The Maximum Line Of Credit Is $750,000. For Further Information And Applicable Forms Concerning Stlp, Call The Osdbu At (800) 532-1169.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. ***no Grey Market Items As All Items/material Must Be New*** please See The Attached Solicitation For Applicable Clauses. The Requirement Will Be Solicited As A Set Aside Exclusively For Local Authorized Sam’s Cage Holders Within The Eastern Region. Quotes From Other Than These Vendors Will Not Be Considered. The Naics Code Applicable To This Procurement Is 333517, Machine Tool Manufacturing With A Size Standard Of 500. The Product Service Code Is 3449. the Contract Line Items (clins) Is As Follows: clin 0001 U/i: Pg tooling For The 1000 Ton Accupress Brake (material, Assembly And Installation) the Vendor Must Include Specifications Sheets For Each Product Quoted. contractors Must Provide Descriptive Literature And Brochures With Their Quotes, Cage Code, Tax Id#, Uei#, Delivery Date From After Receipt Of Order (aro), Payment Terms, Manufacturer, Contractor Point Of Contact, Email Address, Phone/fax Number, And Fob Destination As The Preferred Shipping/delivery Method ***preferred Install Date Would Be 30 Days Aro*** Site Visit: The Site Visit Is Scheduled For 13 February 2025, 10:00am (est). Because The Norfolk Naval Shipyard (nnsy) Is A Secure Location, Contractors Are Required To Provide Their Company Name And Their Representative(s) Name And Telephone Number To The Point Of Contact (poc) In Order To Enter The Base And Access The Site Visit Location. Please Coordinate With The Contract Specialist As Shown Below No Later Than 11 February 2025 By 3pm (est). The Customer Will Provide Transportation To The Secure Location; Please Be Present At The Pass Id Office No Later Than 9:45 Am (est). Late Arrivals Will Not Be Permitted To Attend The Site Visit. If Your Company Is Able To Enter The Base, Please Notify The Contract Specialist And Wait Outside At The Front Entrance Of The Building Until The Contract Specialist And Customer Arrive With Other Vendors Via Government Escort Transportation. Contract Specialist For Coordinating The Transportation To The Site Visit Location Is Latasha Pearson @ Latasha.pearson@dla.mil. ***very Important Note To Contractors: As The Location Of The Site Visit Is A Secure Location, Any Contractor Who Did Not Contact The Coordinator To Gain Access To The Base Will Not Be Able To Support This Requirement. Please Do Not Bring Camera Phones And Wireless Devices With Bluetooth Capability When Attending The Site Visit Or You Will Be Escorted Out And Will No Longer Be Able To Support This Requirement. questions Regarding This Solicitation Shall Be Addressed To Latasha Pearson @ Latasha.pearson@dla.mil. Cut-off For Questions Is 17 February 2025; No Later Than 4:00 Pm Est. Please Refer To The Attached Statement Of Specifications (sos), Solicitation/ Contract Clauses, And The Award Determination Will Be Lowest Price Technically Acceptable (lpta). quotes/drawings Are Due No Later Than 20 February 2024 By 2:00pm Est. ***please Note: If There Are Additional Parts That Are Not Listed In The Sos, Please Include It In Your Company's Quote*** potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register At On The Interested Vendor List Under Spmym125q0032. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Latasha Pearson At Latasha.pearson@dla.mil.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n713.23|gg5|7176057322|cody.s.smith26.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|334412|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government. all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cca,analog Multipl . 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 Cca,analog Multipl Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;16331 63e917172g1; 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. 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 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. 6.3 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. see Section F Of This Solicitation For Transportation Inf Ormation see Section F Of This Solicitation For Transportation Inf Ormation see Section F Of This Solicitation For Transportation Inf Ormation

DEFENSE LOGISTICS AGENCY USA Tender

Solid Waste Management
Corrigendum : Closing Date Modified
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Description: The Purpose Of The Second Solicitation Modification Is To Extend The Closing Date By 11 Calendar Days 06 January 2025 To 17 January 2025 To Address Questions Which Will Be Are Located In The Attachments/links Tab. combined Synopsis/solicitation Sp4500-25-r-0001 Has Been Prepared In Accordance With The Procedures In Far 12.603(c)(2)(i‐xvi). Work Will Consist Of The Removal, Transportation, And Disposal Of Government Generated Hazardous And Non‐hazardous Wastes Located On Military Installations In And Around Azores, Portugal. (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation Sp4500-25-r-0001 Is Issued As A Request For Proposal (rfp). (iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective November 12, 2024. (iv) This Acquisition Is Being Issued As A Full And Open Competition On An Unrestricted Basis; The Associated Naics Code Is 562211. (v) See Attachment 1 For A Description Of The Requirement And Pws. (vi) See Attachment 2 For The Price Schedule. (vii) (vii) The Contract Is Anticipated To Have A 30‐month Base Period And One 30‐month Option period With Anticipated Start Date Of 1 April 2025. Pickup Point Locations For Waste removals And Other Required Services Are Identified In Attachment 3. (viii) The Provision At Far 52.212‐1, Instructions To Offerors ‐‐ Commercial, Applies To This Acquisition. See Attachments- 19 Instructions To Offerors, And Attachment- 17 For The Past Performance Questionnaire. (ix) The Provision At 52.212‐2, Evaluation ‐‐ Commercial Items, Applies To This Acquisition. See Attachment- 18 Evaluation. (xi) The Clause At 52.212‐4, Contract Terms And Conditions ‐‐ Commercial Items, Applies To This Acquisition. (xii) The Clause At 52.212‐5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders ‐‐ Commercial Items, Applies To This Acquisition. See Attachment- 20 For 52.212‐5 Clauses Applicable To This Acquisition. (xiii) See Attachment- 20 For Additional Contract Terms And Conditions. (xiv) The Defense Priorities And Allocations System (dpas) Is Not Applicable. (xv) Proposals Are Due By 5:00 Pm (1700) Eastern Standard Time (est) On January 6, 2025. Proposals Shall Be Emailed To Two (2) Emails- Elizabeth.roberts@dla.mil, And Hazardouscontractse@dla.mil. See Attachments- 19 Instructions To Offerors For Proposal Submission Requirements. (xvi) Offerors Must Submit All Questions Regarding This Solicitation In Writing Via Email To Elizabeth Roberts At Elizabeth.roberts@dla.mil With Subject Line Of “sp4500-25-r-0001: Questions”. The Cut‐off Date For The Receipt Of Offeror Questions Is Noon Eastern Standard Time (est) 14 Calendar Days After This Solicitation Is Posted. Questions Received After That Time May Not Receive An Answer.

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Sources Sought Notice. No Solicitation Is Available At This Time. The Purpose Of This Sources Sought Notice Is To Identify Potential Sources Capable Of Performing The Effort Described Herein Pursuant To Far Part 10, Market Research And Far Part 19, Small Business Programs. This Is For Planning Purposes Only. any Information Submitted By Respondents To This Source Sought Notice Is Voluntary. The Air Force Does Not Intend To Award A Contract On The Basis Of This Notice Or To Otherwise Pay For The Information Solicited. Respondents Should Not Construe This Notice As A Commitment By The Air Force For Any Purpose And Should Refrain From Providing Proprietary Information In The Response. 1. Introduction: This Is The Initial Step In The Planning Process For Pavement Markings And Signage At Little Rock Air Force Base. the 19 Cons/pka At Little Rock Air Force Base Seeks Sources For Pavement Markings And Signage At Little Rock Air Force Base. The Contractor Shall Provide All Qualified Personnel, Transportation, Lifts, Tools, Equipment, Materials And Services Required To Accomplish Led One-for-one Fixture Replacement W/photometrics On Little Rock Afb, Ar 72099. The Contractor Shall Accomplish All Below To Meet The Requirements Of This Performance Work Statement (pws). Work Shall Be In Compliance With All Federal, State And Local Regulations, Codes And Contractor Must Have A Minimum Of 5-years Of Experience In Pavement Markings And Signage. Work Shall Be Accomplished Within 60 Days Of Material Arrival Per Delivery Order. 19 Cons/pka Anticipates Conducting A Competitive Acquisition For This Effort. The Effort Is Expected To Result In A Singular Award. The Naics Code Is Anticipated To Be 237310 (highway, Street, And Bridge Construction) With A Size Standard Of $45.0m. 2. Instructions: All Businesses Capable Of Meeting The Requirements Listed Per The Attached Item List Are Invited To Respond Electronically. All Responses Shall Include The Following: a. Capabilities Statement: Shall Include Company Name, Address, Duns Number, Cage Code, Point Of Contact With Email Address And Telephone Number. b. Business Size And Any Additional Socio-economic Categories (small Business, Small Disadvantaged Business, Service-disabled Veteran-owned Small Business, Economically Disadvantaged Woman-owned Small Business, Woman-owned Small Business, Or Hubzone) Using Naics 237310 With A Size Standard Of $45.0m. The Air Force Reserves The Right To Consider A Small Business Set-aside For Any Subsequent Acquisition Based Upon Responses To This Notice. c. A Positive Statement Of Intent To Bid As A Prime Contractor. d. Any Current Government Contract Vehicles That May Be Utilized To Procure This Requirement. e. Statement Of Capabilities Are Limited To 5 Pages And Should Demonstrate Capability To Provide The Requirement. responses Must Be Received No Later Than 5 February 2025, And Be Addressed To The Contract Specialist, Saraetta Alexander, And The Contracting Officer, Camille Drackette. list Of Attachments: draft Pws_markings And Signage
6981-6990 of 9210 archived Tenders