Transportation Tenders

Transportation Tenders

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0006: The Purpose Of This Amendment Is To Incorporate A Questions And Answers Attachment. The Proposal Due Date Remains As January 31, 2025, 3:00 Pm Ct. amendment 0005: Thepurpose Of This Amendment Is To Incorporate A Questions And Answers Attachment, Arevised Attachment 01 Schedule B, And A Revised Attachment 02 Pws. The Proposal Due Remains As January 31, 2025, 3:00 Pm Ct. amendment 0004: The Purpose Of This Amendment Is To Extend The Proposal Due Date. The Proposal Due Date Is Extended To Friday, January 31, 2025, 3:00 Pm Ct. amendment 0003: The Purpose Of This Amendment Is To Extend The Proposal Due Date. The Proposal Due Date Is Extended To Tuesday, December 16, 2024, 3:00 Pm Ct. amendment 0002: The Purpose Of This Amendment Is To Extend Theextend The Proposal Due Date.the Proposal Due Date Is Extended To Friday, November 15, 2024, 3:00 Pm Ct. amendment 0001: The Purpose Of This Amendment Is To Revise Section 5.1 Evaluation Ratings And Scores And Extend The Proposal Due Date. The Proposal Due Datehas Been Extended To October 30, 2024, 3:00 Pm Ct. the Federal Aviation Administration (faa) Has A Requirement For Challenger 600 Series Aircraft Maintenance Program. The Faa Contemplates A Single Award Of An Indefinite Delivery/indefinite Quantity Type Contract. The Period Of Performance Anticipated To Be One (1) Base Year And Four (4) Separate One-year Option Periods, If Exercised. The Sir/rfp Is Full And Open Competition. The Naics Code For This Effort Is 488190 For "other Support Activities For Air Transportation" With A Size Standard Of $40m. Each Offeror Must Submit A Proposal In Accordance With The Instructions In Section L Of The Sir/rfp. Proposals Will Be Evaluated In Accordance With Section M Of The Sir/rfp. This Acquisition Will Utilize The Best Value Approach Which Is A Method Of Selecting The Proposal That Represents The Greatest Value To The Government Based On The Evaluation Of Cost/price And Other Factors Specified In The Sir. This Approach Does Not Require The Government To Make The Award To Either The Offer Submitting The Highest Rated Technical Proposal Or The Offeror Submitting The Lowest Price, Although The Government's Ultimate Decision May Make The Award To Either Of Those Offerors. Contract Award Will Be Made To The Offeror Who Is Deemed Responsible In Accordance With The Acquisition Management System (ams), Whose Proposal Conforms To The Solicitation's Requirements (to Include All Stated Terms, Conditions, Representations, And Certifications) And Is Judged, Based On The Evaluation Factors, To Represent The Best Value To The Government. proposals Are Due No Later Than 3:00 P.m. (central Time Zone), October 16, 2024, And Must Be Electronically Submitted To The Contracting Officer, Stephanie Riddle At Stephanie.r.riddle@faa.gov. If All Requested Information Is Not Furnished In The Offeror's Proposal, The Offeror May Be Determined To Be Non-responsive And Ineligible For Contract Award. all Questions Pertaining To This Sir/rfp Should Be Sent In Writing To The Contracting Officer (co) At Stephanie.r.riddle@faa.gov By 3:00 P.m. October 01, 2024. No Phone Calls Please. All Offeror Questions, Concerns, And Clarification Requests Must Be Made In Writing And Submitted To Stephanie.r.riddle@faa.gov. Do Not Contact The Program Office Regarding This Solicitation. In Addition, This Sir/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. all Interested Sources Should First Attempt To Download The Attached Sir Document(s). If Downloading Is Not Possible All Request For Copies Of The Sir Document(s) Must Be In Writing To The Attention Of Stephanie Riddle At Stephanie.r.riddle@faa.gov. in Accordance With Sir Section L Provision 3.2.2.3-14 Entitled, "late Submissions, Modifications, And Withdrawals Of Submittals," Any Proposals Received After The Due Time And Date Of 3:00 P.m. Ct, Wednesday, October 16, 2024 Will Not Be Considered. In Addition, If All Requested Ifnormation Is Not Furnished In The Offeror's Proposal, The Offeror's Proposal May Be Determined To Be Non-responsive And Ineligible For Consideration For Contract Award.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: The Purpose Of This Amendment Is To Post This Solicitation's Questions & Answers. The Question Period For This Solicitation Is Officially Closed. Additionally, And Updated Pricing Worksheet Has Been Uploaded. note This Amendment Will Also Extend The Solicitation Due Date To 09 January 2025. ************************************************************************************** contracting Office Address department Of The Air Force, Air Force Installation Contracting Agency, 31st Contracting Squadron, – Aviano Air Base – Via Pordenone, Area E, Edif 600, 33081, Aviano Pn, Italy. description this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Solicitation Will Utilize Simplified Acquisition Procedures As Authorized By Far 13.5, Simplified Procedures For Certain Commercial Products And Commercial Services. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written/1449 Solicitation Will Not Be Issued. This Solicitation Is Not To Be Construed As A Commitment By The Government. All Information Is Be Submitted At No Cost To The Government. notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. 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.” this Solicitation Will Be Issued As A Request For Quotes (rfq) Under Solicitation Noticefa568225q8001. this Solicitation Document And Incorporated Provisions And Clauses Are This In Effect Through The Federal Acquisition Circular (fac) 2025-01, Defense Federal Acquisition Regulation Supplement Publication Notice (dpn) 11/25/2024, And The Department Of The Air Force Acquisition Circular (dafac) 2024-1016. the Applicable North American Industrial Classification System (naics) Code Is 488190-other Support Activities For Air Transportation. No Set-aside Will Be Assigned To This Acquisition. solicitation Details quotes Are Due On Or Before 3:00 Pm, Central European Time (cet), On Wednesday08 January 2025. Submissions Shall Be Made Via Email To The Contract Specialist, Ms. Jessica De Benedet At Jessica.de_benedet.it@us.af.mil And Contracting Officer, Mr. Adam Bernas At Adam.bernas@us.af.mil. All Submissions Emails Must Reference Solicitation Numberfa568225q8001. questions Are Due On Or Before 3:00pm, Central European Time (cet), On27 December 2024.all Questions Shall Be Submitted Via Email To The Aforementioned Points Of Contacts. place Of Performance the Anticipated Contract Will Provide Services At Aviano Air Base, Italy. anticipated Contract Type/period Of Performance the Anticipated Contract Will Be A Firm Fixed Price (ffp) Contract. period Of Performance: The Anticipated Contract Will Consist Of One (1) 12-month Base Period, Four (4) 12-month Option Period, And One (1) 6-month Optional Extension. The Resultant Contract Award Will Include Far Clause 52.217-8, Option To Extend Services For A Period Of Performance Not To Exceed A Six (6) Month Extension Of Services. The Total Period Of Performance Shall Not Exceed Five (5) Years Excluding The Additional Six (6) Months If Far 52.217-8, Option To Extend Services Is Exercised. this Rfq Is Not Authorization To Begin Performance Nor Does This Rfq Obligate The Government For Any Cost Incurred By The Offeror Associated With Developing A Submission (quote/proposal). The Government Reserves The Right Not To Award In Response To This Rfq. Prior To The Commencement Of Any Activities Associated With Performance Of This Requirement, The Government Will Issue A Written Directive Or Contractual Document Signed By The Contracting Officer With Appropriate Consideration Established. attachment[s]: 1. Performance Work Statement 2. Addendum To Far 52.212-1, Instruction To Offerors – Commercial Products And Commercial Services 3. Addendum To Far 52.212-2, Evaluation – Commercial Products And Commercial Services 4. Fa568225q8001, Clauses And Provisions 5. Fa568225q8001, Special H Clauses 6.clin Structure Worksheet 7. Qasp

Government Of New Brunswick Tender

Education And Training Services
Canada
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: *** Ccnb Is Accepting Bids To Acquire A New Heavy Equipment Simulator For The Bathurst Campus. Details Can Be Found In The Attached Document. Proposals "must" Be Submitted Electronically Via Email To The Provided Address. The Winning Vendor Will Be Announced On This Site Once The Award Has Been Made. *** *** Amendment #1 Q. The Simulator Features And Options Are Fairly "wide-open". Would You Like Us To Submit Our Most Common Set-ups, Lowest Cost, Or Premium Set-ups And Features Can Be Removed If Needed For Budgetary Purposes? A. There Are Multiple Configuration Options, And We Aim To Find The Optimal Solution From Experienced Providers At A Reasonable Cost. Safety, Efficiency, And User Experience (for Learners, Instructors, And Logistics Staff) Are Key Considerations. Our Goal Is To Deliver Quality Training With The Flexibility To Meet Demands In Rural And Remote Areas. Please Present Your Proposal Using An " La Carte" Or "menu" Approach, Allowing Us To Assess Which Features Align With Our Specifications. Q. What Do You Mean By Real-time Simulation Hub? I Am Not Familiar With That Term? A. For The Mobile Training Unit (trailer), We Are Considering A Two-simulator Setup. For The Classroom, We Are Looking At Six Simulators. You May Propose Either A Per-simulator Scenario Or A Total Solution Scenario, Both Of Which Will Be Evaluated. Each Simulator Or Training Station Must Support Training For All Six Listed Machines, Which May Require Specific Software Or Attachments Depending On Your Offering. Some Products Previously Reviewed Solely Have Stood Alone Simulators Operating Within A Single Simulated Environment. Imagine A Construction Scenario Where An Excavator Operator Loads Material Into A Truck While A Bulldozer Clears Debris Nearby. A Real-time Simulation Hub Allows These Three Operators To: - Train Simultaneously In A Shared Environment. - Coordinate Actions To Maximize Efficiency (e.g., Precise Truck Positioning For Loading). - Practise Reacting To Challenges (e.g., Breakdowns Or Changing Ground Conditions). This System Is Critical For Developing Skills Needed For Efficient And Safe Heavy Equipment Operations. Q. Are We Allowed To Submit Quotes With Different Set-ups? Then We Can Include In The Pricing Worksheet The Most Common Set-up. A. The Approach Is Truly Your Choice. However As Mentioned Earlier, You Could Present A Proposal As "a La Carte" Or "menu" Approach So That We Can Evaluate Your Offer And See What Matches Our Specification And How Many Features We Can Get Within Our Budget. Q. Would You Like Us To Provide Details On What Is Included In Our Fob Shipping? (fob Is Typically Boat/waterway) Or, Are We Allowed To Use A Better Incoterm? A. Our Priorities Are Safe Delivery, A Reasonable Timeframe, And Cost Predictability. Transparency Is Essential, As We Aim To Avoid Surprises. While You May Propose Alternative Incoterms That Benefit Both Parties, We Emphasize That This Is A Turnkey Solution. We Will Only Assume Responsibility And Risk Transfer At The Point Of Delivery In Bathurst, Including Unloading, Installation, And Successful Inspections. Transportation, Insurance, And Duty Payment Arrangements Are At The Vendor's Discretion. Cost Responsibility Can Be Included Or Excluded But Will Factor Into The Final Evaluation Of Total Cost. Transparency In Your Proposal Is Critical. *** This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. The Coll Ge Communautaire Du Nouveau-brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Approvisionnement-procurement@ccnb.ca

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: The Department Of Veterans' Affairs Is Seeking The Services Of A Qualified Construction Company To Provide All Labor, Material, Transportation, Equipment, And Qualified Supervision Required For The Following Construction Project: renovate Building 110 Ground Floor. Located At: Hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va 23667 in General, The Contractor Shall Be Responsible For All Facets Of Work, Which Includes, But Is Not Limited To Providing All Tools, Labor, Materials, Equipment, Supervision, Professional Services, And Expertise Required To Perform General Construction, Alterations, Electrical Work, And Certain Other Items As Indicated In The Construction Documents. The Contractor Shall Manage And Perform Construction Work As Further Defined In The Contract To Include, But Not Limited To, Demolition, Construction, Construction Management, Submittals, Equipment, Scheduling, Inspection And Testing, Environmental Protection, Recording Of (as-built) Drawings And Project Closeout. The Contractor Shall Also Develop A Schedule Demonstrating Fulfillment Of The Contract Requirements Such As: Project Schedule, Contractor Quality Control, Work Breakdown Structure (wbs) Plan And All Other Plans Listed Within This Document To Include Deliverables. The Contractor Shall Keep The Project Schedule Up To Date In Accordance With The Requirements Of The Contract And Shall Utilize The Plan For Scheduling, Coordinating, And Monitoring Work Under This Contract (including All Activities Of Subcontractors, Equipment Vendors And Suppliers). Overall, The Work Shall Be Performed In Strict Accordance With Construction Drawings And Specifications Prepared By Department Of Veterans Affairs. the Contactor Shall Commence Work Under This Contract Promptly After Notice To Proceed (ntp), Execute The Work Diligently, And Achieve Final Completion And Acceptance Including Final Cleanup Of The Premises Within Five Hundred Forty (540) Calendar Days Including Submittals. this Solicitation Is Anticipated To Be 100% Service-disabled Veteran Owned Small Business (sdvosb) Set Aside. Bids Are Solicited Only From Sdvosb Concerns And Bids Received From Firms That Are Not Sdvosb Vetcert Shall Not Be Considered. the Naics Code For This Project Is 236220: Commercial And Institutional Building Construction With Size Standard Of $45 Million. An Invitation For Bid Is Contemplated In Accordance With Federal Acquisition Regulation (far) Part 14: An Invitation For Bid (ifb) With Approximately 30-day Response Time After Issuance Of Solicitation. Pursuant To Vaar 836-204 Magnitude Of Construction, The Estimated Magnitude Of Construction Is Between $2,000,000 And $5,000,000. Solicitation Material Will Be Available On Or About February 4, 2025. Material Will Include The Solicitation And Accompanying Documents, Specifications Provided From The Va. Sealed Bids Will Be Due Approximately 30 Days After Issuance Of The Solicitation. Location And Points Of Contact For Site Visits Will Be Identified In The Solicitation. this Is A Notice For Informational Purposes Only And Is Not An Invitation For Bid. The Government Is Not Obligated To Issue A Solicitation As A Result Of This Notice. No Other Information Will Be Provided Until Issuance Of The Solicitation. No Interested Parties List Will Be Maintained. prospective Contractors Shall Complete Electronic Annual Representations And Shall Be Registered In The System For Award Management (sam) At Https://www.sam.gov Must Be Verified In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) Prior To Submitting A Bid, And Shall Have On File A Current And Complete Vets4212 Report At Http://www.dol.gov/vets/vets-100.html (if Applicable). Bidders Are Further Advised That Failure To Register In The Sam Database And/or Inability To Provide A Unique Entity Identifier (uei) Will Render Your Firm Ineligible For Award Iaw Far Clause 52.204-7(b). it Is The Offerors Responsibility To Check The Sam.gov Website Periodically For Amendments And/or Notices To The Solicitation. no Email, Fax, Or Telephone Inquiries Will Be Answered As A Result Of This Announcement. Telephone Requests For Plans Will Not Be Honored. No Other Information Regarding Scope, Dates, Etc. Is Available Until Issuance Of The Solicitation. A Date And Time For A Pre-bid Conference / Site Visit Will Be Stated In The Issued Solicitation. notice To Offerors: 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.the Government Will Not Reimburse Any Costs Associated With Registration, Pre-bid Attendance, Or Proposal Preparation. this Is A Presolicitation Notice Only. This Is Not A Request For Pricing At This Time.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Special Notice As A Pre-intent To Sole Source / Request For Information (rfi) Only. The Responses To This Posting Will Be Used To Establish The Procurement Strategy For Example, Set-aside, Sole Source, Unrestricted For A Solicitation That Va Intends To Post In The Near Future. Please Review The Attached Document(s) For More Details On This Requirement. See Attached File(s): 36c25625q0360 Rfi no Solicitation Exists At This Time. Please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Rfi. Interested Parties Are Encouraged To Furnish Information By Email Only With Response To Intent To Sole Source 36c25624q0360 Durable Medical Equipment (dme) Prosthetics In The Subject Line. the Department Of Veteran Affairs (va), Veterans Health Administration, Network Contracting Office 16, Houston, Texas 77030, Intends To Negotiate And Award A Sole Source, Firm-fixed Price Contract To Medical Plus Supplies Inc. For Dme Prosthetics At The Michael E. Debakey Va Medical Center (vamc) Located In Houston, Texas For A Firm Term Five (5) Year Ordering Periods In Accordance With 41 U.s.c. §3304(a)(1) As Implemented By Federal Acquisition Regulation (far) Part 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements . this Special Notice Is Published In Accordance With Far Part 5.101(a)(1) Requiring The Dissemination Of Information Regarding Proposed Contract Actions. This Is Not A Request For Competitive Offers And No Solicitation Is Available. Market Research Has Determined That These Items Are Highly Specialized, The Acquisition Is Essential To The Government S Requirements, Are Only Available From The Only Source Capable Without An Unacceptable Delay Or Duplication Of Cost And No Other Type Of Items Will Satisfy Agency Requirements. The Government Intends To Award The Contract With An Anticipated Date Of 1 April 2025 To Medical Plus Supplies Inc. 4025 W Fuqua St., Houston, Texas 77045 Uei: Elt3pkj637u6. The Intended Procurement Will Be Classified Under North America Industry Classification System (naics) 339113 Surgical Appliance And Supplies Manufacturing With A Small Business Size Standard Of 800 Employees. tentative Period Of Performance: 04/01/2025 03/31/2029 basic Description Of The Requirement: The Contractor Shall Provide All Supplies, Equipment, Facilities, Transportation/travel, Tools, Materials, Supervision/management, Personnel, And Non-personal Services To Provide Dme And Supplies For Prosthetics Service At The Michael E. Debakey Vamc In Houston, Tx. The Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools To Service Dme Equipment. This Notice Of Intent Is Not A Solicitation Or Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement No Later Than The Date/time Indicated Below. A Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For Determining Whether To Conduct A Competitive Procurement. The Va Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses Will Be Considered. All Responses From Responsible Sources Will Be Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine If A Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award. rfi Responses Are Due By 3:00p.m. Central Time On January 29, 2025; Size Is Limited To 8.5 X 11 Inches, 12-point Font, With 1-inch Margins In Microsoft Word Or Adobe Acrobat Format And Virus Checked Prior To Submission Via Email To Jeneice Matthews, Jeneice.matthews@va.gov . All Documents Submitted, Will Not Be Returned. All Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements To Contracting Officer, Jeneice Matthews, Jeneice.matthews@va.gov Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor's Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements.

DEPT OF THE NAVY USA Tender

Textile, Apparel and Footwear
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Navsup Fleet Logistics Center, San Diego (flcsd) Is Conducting A Market Survey To Determine Industry Capabilities. Firms Having The Capabilities To Perform The Tasking Described In The Attached Performance Work Statement (pws) Are Encouraged To Respond. Determination By The Government On The Method Of Competition For This Requirement Has Not Been Established. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. The Government Will Not Award Any Contract Based On The Information Received From This Sources Sought Notice. Navsup Flcsd Is Interested Only In Identifying Interested And Capable Businesses, And To Stimulate Industry Awareness And Gain Feedback To Improve The Acquisition Environment/ Process. the Purpose Of This Sources Sought Notice Is To Determine The Availability And Capability Of Qualified Businesses To Provide The Following: All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Laundry Services As Defined In This Performance Work Statement Except For Those Items Specified As Government Furnished Property And Services. Items Will Include Pillows, Duffy Bags, Fitted Sheets, Flat Sheets, Pillow Cases, Bedspreads, And Mattress Covers. The Contractor Shall Perform To The Quality Standards Listed In Quality Assurance Surveillance Plan (qasp). in Order For The Government To Make A Determination, It Is Emphasized That Contractors Provide Sufficient Written Information To Indicate Their Capacity And Capability To Successfully Meet The Requirement. If Interested, Provide The Following Information business Size Category(large, Small, 8(a) Small Business, Women-owned Small Business, Hubzone Small Business, Veteran-owned Small Business, Or Service-disabled Veteran-owned Small Business) [more Than One Category May Be Selected, As Applicable] uei Number And Cage Code; contract Numbers (gsa, Seaport, Etc…) demonstrate Your Company's Ability And Capacity To Provide Required Service; And Include Any Past Performance Information On Government Contracts Of Similar Nature, Size, Scope And Complexity. point Of Contact (poc) Information all Interested Parties Should Provide A Statement Of Capability (no More Than 10 Pages). Electronic Responses (i.e. Email) Are Required And Telephonic Requests For Information Will Not Be Honored. No Request For Capability Briefings Will Be Honored As A Result Of This Notice. Interested Sources Who Submit Data Are Responsible For Appropriately Marking Information If It Is Proprietary In Nature. Avoid Submitting General Capability Statements Or Marketing Material Not Relevant To This Specific Requirement. the Proposed North American Industry Classification Systems (naics) Code Is 812320, Which Has A Corresponding Size Standard Of $8m. The Proposed Product Service Code Is S209. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Interested In All Business Sizes, To Include 8(a), Service-disabled Veteran-owned, Hubzone, And Sba Certified Women-owned Small Business Concerns. The Government Requests That Interested Parties Respond To This Notice If Applicable And Identify Your Small Business Status To The Identified Naics Code. this Rfi Is Issued For The Purpose Of Collecting Market Research, Solely For Informational, Planning, Identification Of Capable Sources/recommended Strategy And If This Effort Can Be Competitive Or Small Business Set-aside. The Information Provided In Response To This Rfi Is For Discussion Purposes And Any Potential Strategy That May Be Developed From These Discussions Would Be The Subject Of A Separate, Future Announcement. the Information Received In Response To This Rfi Will Not Be Shared With Competitors, But May Be Utilized By The Government In Developing An Acquisition Strategy, And Requirement Documents (i.e.; Statement Of Objectives, Performance Work Statement (pws), Or Purchase Description). a Determination By The Government Not To Compete This Potential Acquisition, Based Upon Responses Received To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of On-going Market Research. Respondents Should Not Submit Proprietary Data. the Government Will Not Pay For Any Information Submitted As A Result Of This Rfi. A Response To This Rfi Is Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. responses Are Due No Later Than 10 February 2025 At 11:00am Pstto Elisa Allison, Contract Specialist, Via Email Elisa.r.allison.civ@us.navy.mil. Use “sources Sought Notice_ Laundry Services” In The Subject Line.

City Of Alaminos Tender

Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.2 Million (USD 72.6 K)
Details: Description Invitation To Bid For The Procurement Of Services Of Professional Event Hosts And Entertainers During The Search For Miss Hundred Islands 2025 (coronation Night) In The City Of Alaminos, Pangasinan 1. The City Government Of Alaminos, Pangasinan Through The Special Purpose Appropriation Intends To Apply The Sum Of Four Million Two Hundred Thousand Pesos (php 4,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of Professional Event Hosts And Entertainers During The Search For Miss Hundred Islands 2025 (coronation Night) In The City Of Alaminos, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty. Unit Of Measure Item Description 1 Lot Professional Event Hosts And Entertainers 1 Male Professional Host 1 Female Professional Host 1 Male Professional Singer 1 Professional Band Including Transportation 2. The City Government Of Alaminos, Pangasinan Now Invites Bids For The Above Procurement Project. Delivery Of The Services Is Required Within Ten (10) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Law Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From The City Government Of Alaminos, Pangasinan And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28 – February 17, 2025 From The Given Address And Website Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00) At The Bac Secretariat, City Engineering Office, City Of Alaminos, Pangasinan. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The City Government Of Alaminos, Pangasinan Will Hold A Pre-bid Conference On February 5, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 17, 2025, 9:30 A.m. At The City Budget Office, City Hall Building, City Of Alaminos, Pangasinan. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 17, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Alaminos, Pangasinan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra No. 9184 & Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Rolever C. Bernabe / Engr. Wilson C. Rosario Head – Bac Secretariat / Member – Bac Secretariat Alaminos City Hall Building Quezon Avenue, Poblacion, City Of Alaminos, Pangasinan 09772078566 / 09984469612 Bacseretariat12020@gmail.com Rowena F. Ruiz City Budget Officer Chairperson - Bids And Awards Committee

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. the Department Of Veteran Affairs, San Diego Va Health Care System Located At 3350 La Jolla Village Dr, San Diego, Ca 92161 To Provide Contract Air Compressor System Pm&r At The Va Medical Center - La Jolla Facility. Services Will Be Provided For Utility & Medical Air Compressor System Preventative Maintenance & Repairs Service Contract To Ensure Sufficient Utility & Medical Air Can Be Provided For The Hospital. Services Shall Include: all Corrective And Preventive Maintenance Must Meet The Requirements Outlined In The Oem Manuals For Each Piece Of Equipment. contractor Shall Supply All Parts, Materials, Labor, And Transportation To Complete The Required Maintenance And Work Outlined In The Sow. contractor Shall Provide Rental Backup Units During Preventative, Corrective, And Emergency Maintenance. Contractor Shall Provide Qualified Technicians Capable Of Testing, Installing, Troubleshooting And Maintaining Kobelco Rotary Screw Air Compressors. contractor And Technicians Shall Be Thoroughly Knowledgeable Of All Nfpa, Va, Federal, State, San Diego And Other Regulations As It Relates To This Contract. the Contractor Will Complete This Task In Accordance With The Nfpa Codes And Standards, Especially Nfpa 70e. important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service Disabled Veteran Owned Small Business Set Aside. However, If Response By Service Disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 811310 ($25.5 Million Dollars). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service Disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetcert Registry Located At Https://veterans.certify.sba.gov. All Interested Offerors Should Submit Information By E-mail To Robert.bruce1@va.gov All Information Submissions To Be Marked Attn: Robert Bruce, Contract Specialist And Should Be Received No Later Than 1:00 Pm Mst On Friday, February 21, 2025.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Naics 236220 – Commercial And Institutional Building Construction this Solicitation And Associated Information To Include Plans And Specifications Will Be Available Only From The Contract Opportunities Page At The Sam.gov Website. the 106th Rescue Wing Of The New York Air National Guard Intends To Issue An Invitation For Bid To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances And Supervision Necessary For The Construct Base Civil Engineering Complex At Westhampton Beach, Ny (suffolk County). This Project Is To Construct A 26,500 Square Foot New Building For Civil Engineering Squadron And The Contracting Office. in Addition To A Base Work Described Above, The Solicitation Will Include The Following Option Line Items: 1. Option 1 Clin 0002 Pavement, Roads, Parking, And Apron 2. Option 2 Clin 0003 Interior Finished Andspecialties At Bce Building 3. Option 3 Clin 0004 Pavements And Groundsbuilding 4. Option 4 Clin 0005 Grounds Buildingadditional 1,988 Sf the Contract Duration Is 545 Days After Notice To Proceed. This Project Is Set Aside 100% For Smallbusinesses. The North American Industry Classification (naics) Code Is 236220, With A Size Standard Of$45,000,000.00. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000. the Tentative Date For Issuing The Solicitation Is On-or-about 21 February 2025. The Tentative Date For Thepre-bid Conference/site Visit Is On-or-about 13 March 2025, 10:00 Am Eastern Standard Time, Location Will Be In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. All Questions For The Pre-bid Conference Must Be Submitted By 18 March 2025 Via Email To Msgt Sara Luna At Sara_margaret.luna.1@us.af.mil And Ms. Melissa Santoro At Melissa.santoro2.civ@army.mil. the Bid Opening Date Is Scheduled For On-or About 21 March 2025. Actual Dates And Times Will Beidentified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management(sam). To Register Go To Sam.gov. Instructions For Registering Are On The Web Page (there Is No Feefor Registration). the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov. your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations Onsubcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract In The Case Of A Contract For General Construction, It Willnot Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excludingthe Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarlysituated Entity Further Subcontracts Will Count Toward The 85 Percent Subcontract Amount That Cannot Beexceeded”. in Accordance With Far 36.211(b), The Following Information Is Provided: the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204. data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available But Will Be Compiled And Provided In Future Announcements. disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage Andthe Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issuedwill Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Methodof Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Websiteperiodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible, Due Tovarious Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For Anofferor’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Notissue Paper Copies.

Department Of Tourism Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 123.2 K (USD 2.1 K)
Details: Description Technical Specifications I. Name Of Project: Procurement Of 2025 Asiantraveler Magazine Media Familiarization Tour In Palawan Ii. Implementation: February 20 – 28, 2025 Iii. Objectives: 1. To Strengthen Partnership With Private Media In The Promotion Of Emerging And Existing Tourism Destinations 2. To Market Palawan Alongside Other International Destinations 3. To Maximize The Use Of Digital And Printed Materials As A Tool To Market Tourism Products And Services 4. To Boost Local Tourism In Palawan Iv. Miminum Requirements: The Service Provider Should Be Able To Provide Transfers Within Palawan, Accommodation, Meals, And Exclusive Tours Of Three (3) Participants With The Following Specifications: 1. Service Provider Should Be A Dot-accredited Tour Operator/ Travel Agency 2. Inclusive Date: February 20 – 28 ,2025 3. Amenable To Send-bill Arrangement/government Procedure 4. Price Quotation Should Be Denominated In The Philippine Peso And Inclusive Of 12% Vat And All Other Applicable Taxes And Charges. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days. 5. Tour Operator Must Be Based In The Mimaropa Region Documentary Requirements: 1. Mayor’s/business Permit 2. Proof Of Philgeps Registration 3. Original/certified True Copy Of Omnibus Sworn Statement\ 4. Valid Dot Accreditation Certificate 5. Dti/sec Permit 6. Bir Certification And Updated Annual Itr Note: All Documentary Requirements And Proposals Shall Be Sent Via E-mail At: Dot4b.bacsecretariat@gmail.com V. Scope Of Work/deliverables: A. Transportation: Van Hire With Pick-up And Drop-off For The Following Itinerary Note: May Be Subject To Change February 20, 2025: Puerto Princesa International Airport To Bataraza Town Proper February 21, 2025: Bataraza Town Proper To Buliluyan Port February 22, 2025: Buliluyan Port To Quezon February 23, 2025: Quezon Town - Tabon Cave - Puerto Princesa City February 24, 2025: Tour Pick-up From Accommodation To Sabang Wharf (puerto Princesa Underground River Tour) Puerto Princesa City To El Nido (lio) February 26, 2025: Transfer From Coron Pier To Accomodation February 28, 2025: Transfer From Accommodation To Coron Airport Boat Fare February 21, 2025: Buliluyan Port To Balabac February 26, 2025: El Nido To Coron B. Accommodation February 20 – 21, 2025: Bataraza (2 Days, 1 Night) February 21 – 22, 2025: Balabac (2 Days, 1 Night) February 22 – 23, 2025: Quezon (2 Days, 1 Night) February 23 – 24, 2025: Puerto Princesa City (2 Days, 1 Night) February 26 – 28, 2025: Coron (3 Days, 2 Nights) C. Meals Should Be Able To Provide Full Board Meals For Three (3) Pax From February 20 To 28, 2025 D. Exclusive Tours February 21, 2025: Balabac Island Hopping Tour · Onok Island · Sebaring White Island · Pink Beach February 25, 2025: El Nido Island Hopping Tour B · Snake Island · Cathedral Cave · Cudognun Cave · Pinabuyutan Island · Entulala/tulpukan Beach February 27, 2025: Coron Island Hopping Tour · Kayangan Lake · Barracuda Lake · Banul Beach · Siete Pecados Marine Park · Cyc Beach Vi. Approved Budget For The Contract (abc): Total Budget Allocation Is One Hundred Twenty-three Thousand Two-hundred Pesos Only (₱123,200.00) Inclusive Of Taxes And Fees. The Winning Bid Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of Bid Does Not Exceed The Above Total Budget. Vii. Payment Schemes: Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Failure To Comply With The Terms And Conditions Of The Contract Will Result In The Payment Of Corresponding Penalties And Liquidated Damages In The Amount Equal To Ten Percent (10%) Of The Contract Price By The Winning Bidder. Contact Person: Ms. Christine Joy L. Isidro Tourism Development Division, Dot Mimaropa 09673375875 Tdd.mimaropa@gmail.com
7321-7330 of 9203 archived Tenders