Vehicle Tenders

Vehicle Tenders

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents 
Details: Sam Advertisement Modification 3 (06/17/2024) the Sam Advertisement Dated 11/22/2023, And Further Modified By Sam Advertisement Modification 2 Dated 02/20/2024, And Sam Advertisement Modification 1 Dated 02/16/2024, Is Hereby Deleted In Its Entirety And Replaced With The Following In Order To Change Square Foot And Parking Requirements And Provide Language Clarification Throughout The Advertisement For A Clearer Understanding In The Market. united States Department Of Agriculture (usda) Seeks To Lease The Following Space: state:delaware county:sussex County city:georgetown delineated Area: north: Beginning At The Intersection Of Us-13 (sussex Highway) And De-36/ De-16 (beach Highway/ Main Street/ Milton-ellendale Highway) Ending At De-5 (union Street); east: Beginning At The Intersection Of De-16 (milton-ellendale Highway) And De-5 (union Street/ Federal Street/ Harberson Road/ Indian Mission Boulevard) And De-24 (john J. Williams Highway); south: Beginning At The Intersection Of De-5 (indian Mission Boulevard) And De-24 (john J. Williams Highway) To De-5/ De-24 (main Street/ Washington Street/ Laurel Road) To De-30/ De-24 (millsboro Highway) To De-24 (laurel Road) Ending At The Intersection Of De-24 (laurel Road) And Us-13 (sussex Highway); west: Beginning At The Intersection Of De-24 (laurel Road)/ Us-13 (sussex Highway) Ending At The Intersection Of Us-13 (sussex Highway) And De-16 (beach Highway). minimum Sq. Ft. (aboa):10,384 Aboa Sf Minimum, Consisting Of: 7,206 Aboa Sf Minimum For Usda Service Center 3,178 Aboa Sf Minimum For Nrcs Partner Space maximum Sq. Ft. (aboa):10,903 Aboa Sf Maximum, Consisting Of: 7,566 Aboa Sf Maximum For Usda Service Center 3,337 Aboa Sf Maximum For Nrcs Partner Space rentable Square Feet (rsf):not To Exceed 11,941 Rsf, Consisting Of: not To Exceed 8,286 Rsf Of For Usda Service Center not To Exceed 3,655 Rsf Of For Nrcs Partner Space space Type:general-purpose Office And Related Space total Parking:seventy-four (74) gov Surface/ Outside Reserved Parking Spaces:six (6) Reserved, On-site Surface Parking Spaces For Official Government Vehicles Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For Official Use In Performance Of The Government’s Mission. These Spaces Shall Be Located Within The Secured/ Fenced Parking/ Ware Yard. See “additional Requirements” For Secured/ Fenced Parking/ Ware Yard. producer/ Visitor Surface/ Outside Reserved Parking Spaces:twenty-six (26) Reserved, On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. two (2) Of The Producer/ Visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. These Space Should Be In Addition To The Pull-through Parking Requirement. employee Surface/ Outside Non-reserved Parking Spaces:forty-two (42) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building. full Term:up To Thirteen (13) Years (156-months) firm Term:the Firm Lease Term Period Shall Be Made Effective With A Final Lease Amendment Establishing Full Beneficial Occupancy Following The Government Acceptance Of Space In Accordance With The Lease. ten (10) Years (120-months) Usda Service Center no Firm Term For Nrcs/partner Space termination Rights: usda Service Center – 120-days In Whole Or In Parts After Expiration Of The Firm Lease Term. nrcs Partner Space – 120-days In Whole Following Lease Award. option Term:none tenant Improvements:tenant Improvement Allowance additional Requirements: square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement. 5,000 Sf Secured/ Fenced Parking/ Ware Yard secured/ Fenced Parking/ Ware Yard Will House Six (6) Government Owned/ Leased Vehicles And Evse Equipment. The Size And Configuration Of The Secured/ Fenced Parking/ Ware Yard Shall Be Sufficient To Allow For Maneuverability Without Obstruction By Adjacent Building(s), Structure(s), Or Fencing. for Ease Of Access To Government Owned/ Lease Vehicles And For Security Purposes, The Secure/ Fenced Parking/ Ware Yard Shall Be On-site And Adjacent To The Building, But Not Exceeding 25-walkable Feet From The Government Employee Entrance Of The Building, May Be Located On- Or -off The Parking Lot/area, Shall Be Fenced With Operable Gates, And Shall Not Obstruct Or Impede Any Pull-through Requirements As Per The Lease And/ Or Any Local Municipal Code. the Secured/ Fenced Parking/ Ware Yard Will House A Locked Exterior Storage Building Measuring Approximately 12’-0” X 15’-0” (approximately 180 Square Feet). two (2) Dual-port, Level 2 Electric Vehicle Supply Equipment (evse) Charging Stations Shall Be Installed. The Lessor Shall Be Required To Provide Infrastructure Only To Support Government Owned/ Leased Vehicles And Installed Evse’s Including Power/ Wiring, Site Pad(s), Bollards, And Signage). the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use. the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas. the Space Offered Shall Be In A Professional Office Environments Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use. the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment Or Detention Facilities Are Located. subleases Are Not Acceptable. first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required. the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. a Fully Serviced Lease Is Required. offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As “500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due:tuesday, July 30, 2024 market Survey (estimated):tbd occupancy (estimated):within 120-days Of The Government’s Issuance Of Notice To Proceed (ntp) Of Tenant Improvements. note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award. send Expressions Of Interest To: name/title:shannon Schoening, Usda Lease Contracting Officer email Address:shannon.schoening@usda.gov name/ Title:heather Schmitt, Usda Lease Contracting Officer email Address:heather.schmitt@usda.gov expressions Of Interest Shall Include The Following: refer To Project Number 57-10005-24-nr In Expressions Of Interest Response. if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.* brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.* photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site. for Existing Buildings, Download From Sam.gov And Complete Lease Market Survey Form For Existing Building, Ms-2991, In Its Entirety. if Existing Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered. for New Construction Properties, Where A Land Site Is Proposed, Download From Sam.gov And Complete The Land Market Survey Form In Its Entirety. if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans. for Both Existing Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered. for Both Existing Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal. for Both Existing Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required. for Both Existing Buildings And New Construction, The Date Of Space Availability. for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal. confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas). confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable. confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements. for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements. *as Mentioned In Numbers 2 And 3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date. government Contact Information in No Event Shall The Offeror Enter Into Negotiations Or Discussion Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Lease Contracting Officer Or Their Authorized Representative Indicated Below: lease Contracting Officer:shannon Schoening lease Contracting Officer:heather Schmitt ---------------------------------------- sam Advertisement Modification 2 (02/20/2024) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023). ------------------------------------------------------------------------------------------------------------------ sam Advertisement Modification 1 (02/16/2024) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023). ------------------------------------------------------------------------------------------------------------------ sam Advertisement (11/22/2023) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023).

Municipality of Mislata Tender

Automobiles and Auto Parts
Spain
Closing Date12 Apr 2025
Tender AmountEUR 45.3 Million (USD 47 Million)
Description: Supply Contract Consisting of the Operating Lease or "renting" Without Purchase Option of Five Vehicles for Use by the Local Police (four Electric Propulsion and One Hybrid Propulsion) and One Electric Propulsion Vehicle for the Local Civil Protection Group.

Directorate Of The Penitent Administration Tender

France
Closing Date18 Dec 2027
Tender AmountRefer Documents 
Description: France-paris: Motor Vehicles For The Transport Of Fewer Than 10 Persons

Presidency of the Provincial Council of Seville Tender

Energy, Oil and Gas...+1Automobiles and Auto Parts
Spain
Closing Soon12 Feb 2025
Tender AmountEUR 82.7 Million (USD 85.8 Million)
Description: Supply of Automotive Fuels for the Vehicles of the Mobile Park of the Provincial Council of Seville

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date30 May 2025
Tender AmountRefer Documents 
Details: Contact Information|4|n7m2.18|bsa|see Email|helen.i.carmelo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x|||||||| desired And Required Time Of Delivery (june 1997)|29|0001aa|9 |60 Days|0001ab|8|60 Days|||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| contract Definitization (may 2023)|5|ffp|ffp|90 Daro|ffp|tbd| equal Opportunity (sep 2016)|2||| limitation Of Government Liability (apr 1984)|2|tbd|tbd| option For Increased Quantity (mar 1989)|1|365 Days| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| small Business Program Representations (sep 2023)|4||||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|334412|750 Emp|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For Repair. 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. the Government Is Seeking A Repair Turnaround Time (rtat) Of: 70 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work. your Quote Should Include The Following Information: Quote Amount And Rtat - Unit Price:__________ - Total Price:__________ - Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location - Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Card Assemb . 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 Circuit Card Assemb Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;53711 5193114; 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. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 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.

Board of Directors of Mobility and Sustainable Urban Development, SL, (MODUS ROTA) Tender

Energy, Oil and Gas
Spain
Closing Soon12 Feb 2025
Tender AmountEUR 173.5 Million (USD 180.1 Million)
Description: Contracting of the Supply of Automotive Fuel for Vehicles and Machinery of the Mobile Park of Mobility and Sustainable Urban Development Sl (modus Rota)

Directorate Of The Penitent Administration Tender

France
Closing Date1 Feb 2028
Tender AmountRefer Documents 
Description: Dynamic Acquisition System For Vehicle Supply

Directorate Of The Penitent Administration Tender

Corrigendum : Closing Date Modified
France
Closing Date18 Dec 2027
Tender AmountRefer Documents 
Description: Dynamic Acquisition System For Vehicle Supply

Mayor& 39 S Office Of The Iglesuela Del Ti Tar Town Hall Tender

Spain
Closing Date11 Jun 2025
Tender AmountEUR 2.2 Million (USD 2.3 Million)
Description: Acquisition of a Municipal Vehicle

President of the Province of Salamanca Tender

Spain
Closing Date11 Jun 2025
Tender AmountEUR 3.4 Million (USD 3.6 Million)
Description: Supply of an SUV type tourism vehicle destined for the Mobile Park of the Diputación de Salamanca
9201-9210 of 10000 active Tenders