Website Tenders

Aston University Tender

Others
United Kingdom
Description: Aston University Website Redevelopment Project
Closing Date24 Apr 2026
Tender AmountRefer Documents 

Aston University Tender

Others
United Kingdom
Description: Aston University Website Redevelopment Project
Closing Date24 Apr 2026
Tender AmountRefer Documents 

Aston University Tender

Others
United Kingdom
Description: Aston University Website Redevelopment Project
Closing Date24 Apr 2026
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For 25rc0002 – Construction/rehabilitation Of Water Supply/septage And Sewerage/rainwater Collector System – Rainwater Collector In Public Facilities The Department Of Public Works And Highways, Negros Occidental 3rd District Engineering Office Through The Fy 2025 Ra 12116 Regular 2025 Current Intends To Apply The Sum Of P 2,605,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25rc0002 - Construction/rehabilitation Of Water Supply/septage And Sewerage/rainwater Collector System – Rainwater Collector In Public Facilities. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Public Works And Highways, Negros Occidental 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/rehabilitation Of Water Supply/septage And Sewerage/rainwater Collector System – Rainwater Collector In Public Facilities Contract Id No. : 25rc0002 Locations : 1. Dacongcogon Elementary School, Kabankalan City, Negros Occidental 2. “kapatiran Village” Peace And Development Community, Kabankalan City, Negros Occidental 3.locotan Elementary School, Kabankalan City, Negros Occidental 4. Magballo Elementary School, Kabankalan City, Negros Occidental 5. Magballo National High School, Kabankalan City, Negros Occidental 6. Tagoc Elementary School, Kabankalan City, Negros Occidental 7. Office Of The Sangguniang Bayan, Candoni, Negros Occidental 8. Sibucao Integrated School, Cauayan, Negros Occidental – Project 1 9. Sibucao Integrated School, Cauayan, Negros Occidental – Project 2 10. Jorge Z. Granada Sr. Memorial School, Ilog, Negros Occidental Scope Of Works : Construction Of Rainwater Collectors, To Include: Project Billboard/ Signboard, Occupational Safety And Health Program, Mobilization / Demobilization, Surplus Common Excavation, Embankment From Roadway/ Structure Excavation, Gravel Fill, Structural Concrete, 3000 Psi, Class A, 28 Days, Reinforcing Steel (deformed) Grade 40, Formworks And Falseworks, Plumbing Works, Fabricated Metal Roofing Accessory (gauge 24 (0.701mm), Gutters), Painting Works (steel), Structural Steel, And Water Tank (stainless) As Per Approved Plans And Specifications. Approved Budget For The Contract : P 2,605,500.00 Contract Duration : 60 Calendar Days Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15 – 2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certificate (sec/dti Registration); B. Mayor’s/business Permit Or Its Equivalent Document; C. Bir Tax Clearance; D. Pcab License And Registration; And E. Audited Financial Statement Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Documents Is Already Updated With Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa).prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s) Whose Name Appears In The Contractor’s Registration Certificate (crc) With Presentation Of His/her Company And Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 1. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways, Negros Occidental 3rd District Engineering Office And Inspect The Bidding Documents At Sitio Mohon, Brgy 1, Kabankalan City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From June 16 – July 7, 2025 The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 4. The Department Of Public Works And Highways, Negros Occidental 3rd District Engineering Office Will Hold A Pre-bid Conference On June 24 At 9:30 A.m. At The Conference Room, 2nd Floor, New Dpwh Building, Negros Occidental 3rd Deo, Kabankalan City And/or Through Video Conferencing Or Webcasting Via Youtube Live (youtube Channel: Dpwh Negros Occidental 3rd Deo Procurement Ls), Which Shall Be Open To Prospective Bidders. 5. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_negrosoccidental3@dpwh.gov.ph For Electronic Submission On Or Before 10:00 Am On July 7, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 7. Bid Opening Shall Start Immediately After The Deadline Of The Submission Of Bids On July 7, 2025 At The Conference Room, 2nd Floor, New Dpwh Building, Negros Occidental 3rd Deo, Kabankalan City And/or Through Video Conferencing Or Webcasting Via Youtube Live (youtube Channel: Dpwh Negros Occidental 3rd Deo Procurement Ls). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. “if At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. 9. The Department Of Public Works And Highways, Negros Occidental 3rd District Engineering Office 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 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Kenneth Jake T. Esquila Head, Bac Secretariat Dpwh, Negros Occidental 3rd Deo Sitio Mohon, Brgy. 1, Kabankalan City Negros Occidental Bac_negocc3rd@dpwh.gov.ph Approved: Elias L. Bacusa Bac Chairperson Dpwh, Negros Occidental 3rd Deo Sitio Mohon, Brgy. 1, Kabankalan City Negros Occidental Bac_negocc3rd@dpwh.gov.ph
Closing Date7 Jul 2025
Tender AmountPHP 2.6 Million (USD 46.1 K)

Aston University Tender

Others
United Kingdom
Description: Aston University Website Redevelopment Project
Closing Date24 Apr 2026
Tender AmountRefer Documents 

Aston University Tender

Others
United Kingdom
Description: Aston University Website Redevelopment Project
Closing Date24 Apr 2026
Tender AmountRefer Documents 

Espo Tender

Solid Waste Management
United Kingdom
Details: This Is For A Preliminary Market Engagement (pme) Where The Tender Documentation Is Not Yet Available. However, Interest (expressions Of Interest) Can Be Registered Here Whilst A Request For Information Questionnaire Has Also Been Issued For Those Who Would Like To Contribute To This Pme (but Reference Should Be Made To The Rfi Response Deadline That Is Captured In The Messages Area Of This Eprocurement Portal, See Also Below/attached On How To Access - The Expression Of Interest Window May Be Kept Open Beyond This Date). In Case Of Any Further Queries/questions On This Pme/opportunity, These Must Be Received Via The Messages Area/section Of This Eprocurement Portal Only. Please Access The Messages Area/section On The Activity Dashboard (once An Expression Of Interest Has Been Completed) For Any Further Communications For This Preliminary Market Engagement, Including The Rfi Documentation. Note: If You Are Unable To Complete An Expression Of Interest, This Is Likely To Be Due To This Having Already Been Completed/registered. Please Check Your Activities Area In This Case (or Otherwise Contact Proactis Supplier Support For Any Other System Related Questions). Espo Are Establishing A National Framework Agreement For The Provision Of A Refuse And Recycling Products, Including But Not Limited To Plastic Wheeled Bins (two-wheeled And Four-wheeled), Four-wheeled Steel Bins, Steel Wheeled Bin Maintenance, Plastic Refuse Sacks, Compostable Liners, Food Caddies, Kerbside Boxes, Compost Bins, Composting Accessories And Other Associated Products And Services. The Duration Of The Framework Agreement Is Expected To Be For 2 Years (24 Months), With The Option To Extend For Up To A Further 2 Years (24 Months). The Total Estimated Value Stated Includes The Option Period. Suppliers Are Being Engaged With Via A Request For Information Questionnaire (accessible On This Eprocurement Portal As A Public Message, Once An Expression An Interest Has Been Completed, But Please Note The Response Deadline For This) To: • Identify Potential Suppliers In The Market • Obtain Feedback On Espo’s Proposed Procurement Methodology • Determine Whether Localised Social Value Can And/or Will Be Provided To Framework Users • Determine Whether The Market Is Prepared For Carbon Reduction Plans To Be Included As A Condition Of Participation For The Procurement • Understand The Market’s Capacity To Meet The Framework Requirements • Determine Whether There Have Been Any Changes Or Developments In The Market Since Espo Last Went Out To Tender • Identify Any Potential Risks In The Market Note: For Any Questions Relating To The Operation Of The Portal Itself, Procontract, These Should Be Submitted To Proactis, And The Following Links (url's) Can Be Used For This For Supplier Support And System Technical Queries: Https://www.proactis.com/uk/support-login/ Or Via Https://suppliersupport.proactisservicedesk.com/. Otherwise, Any Questions Relating To This Pme Should Be Submitted To Espo By Accessing The Messages Area/section Once An Expression Of Interest Has Been Completed. Economic Operators Should Note That This Is A Preliminary Market Engagement Exercise (and Not A Competitive Tender Process At This Stage). The Participation Of An Economic Operator In This Preliminary Market Engagement Will Not Constitute Any Contractual Agreement Between The Respondent And The Contracting Authority/client. An Economic Operator's Participation, Or Lack Of Participation, In This Preliminary Market Engagement Shall Not Impact The Ability Of The Economic Operator To Participate In Any Resulting Tender Exercise. Economic Operators Should Note That Any Interest Indicated Does Not Constitute A Commitment To Participate In Any Future Tendering Exercise. For Further Details On The Procurement Act, Including Registration On The Central Digital Platform, This Can Be Found As Follows: Https://www.gov.uk/government/collections/information-and-guidance-for-suppliers Or Otherwise, Please Refer To The Espo Website As Follows: Https://www.espo.org/the-procurement-act-2023
Closing Date8 Aug 2025
Tender AmountGBP 100 Million (USD 136.6 Million)

Stadsontwikkelingsbedrijf Gent Tender

Works
Others...+3Civil And Construction, Excavation, Water Storage And Supply
Belgium
Details: Title: Gent, Pps-project “kleindokkaai” description: Ontwikkeling Van Een Woonproject In Gent Via Publiek-private Samenwerking Met Sanering Van Verontreinigde Bodem En Grondwater. Alle Nodige Documenten Kunnen Worden Gedownload Op De Website Van Sogent.be Onder Oproepen.
Closing Date7 Jul 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
Details: No Phone Calls Please. All Questions Must Be In Writing And Emailed To The Contracting Specialist. Contact Information Below. requirements the Faa Is Seeking To Identify Capable Vendors Interested In Bidding On The Following Separate Projects For Light Lift Helicopter Services. These Projects Will Support Site Inspections Of Various Remote United States Forest Service (usfs) Observation Towers. this Requirement Information Is Tentative And Subject To Change. lift Project 1 vic: Okanogan-wenatchee And Mt. Baker-snoqualmie National Forests (north Central Wa) estimated Date: June 14th -15th, 2025 estimated Duration: 2 Full Days pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution) site 1: Duncan, Landing Zone (48°3'16.17"n, 120°39'14.55"w) site 2: Park Butte Lookout, Landing Zone (48°42'59.61"n, 121°51'23.38"w) site 3: Lookout Mountain Lookout, Landing Zone (48°33'7.82"n, 121°19'45.36"w) payload: 2 Personnel With Tool Handbags (est. 500lbs) lift Project 2 vic: Flathead National Forest (northwestern Mt) estimated Date: June 15th – 16th, 2025 estimated Duration: 2 Full Days pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution) site 1: Stoney Hill, Landing Zone (47°55'29.76"n, 113°34'55.71"w) site 2: Spotted Bear Mountain, Landing Zone (47°54'14.30"n, 113°26'26.43"w) site 3: Baptiste Lookout, Landing Zone (48°7'30.95"n, 113°39'32.33"w) payload: 2 Personnel With Tool Handbags (est. 500lbs) lift Project 3 vic: Idaho Panhandle National Forest (northern Panhandle Id) estimated Date: August 8th, 2025 estimated Duration: 1 Full Day pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution) site 1: West Fork Smith Lookout, Landing Zone (48°49’56.81”n, 116°45’4.24”w) site 2: Saddle Mountain Lookout, Landing Zone (48°57’1.28”n, 116°46’15.43”w) payload: 2 Personnel With Tool Handbags (est. 500lbs) lift Project 4 vic: Wallowa-whitman & Payette National Forests (northeastern Or & West Central Id) estimated Date: September 10th – 12th, 2025 estimated Duration: 3 Full Days pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution) site 1: Somers Point Landing Zone (45°36'31.5"n, 116°33'46.5"w) site 2: Pittsburg Admin Landing Zone (45°37'49.0"n, 116°28'41.7"w) site 3: Lookout Mountain (45°18'42.9"n, 116°43'40.0"w) site 4: Granite Mountain Lookout (45° 5'36.38"n, 116°12'26.47"w) site 5: Mt Ireland (44°50'12.77"n, 118°19'13.73"w) payload: 2 Personnel With Tool Handbags (est. 500lbs) lift Project 5 vic: Colville National Forest (north Central Wa) estimated Date: September 12th, 2025 estimated Duration: 1 Full Day pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution) site 1: Bonaparte Lookout Landing Zone (48°47'6.98"n, 119°7'20.31"w) payload: 2 Personnel With Tool Handbags (est. 500lbs) all Dates And Locations Are Estimates Only At This Time But Should Be Anticipated To Be Fairly Accurate To What Will Likely Occur. More Details Are Provided In The Attached Draft Requirement Documents Attached. In Response To This Announcement, Interested Vendors Are Encouraged To Submit Concerns, Comments Or Questions If Any Additional Information Would Likely Be Needed To Fully Price Proposals Later When The Faa Is Ready To Solicit Them. seeking Sources -- Market Survey this Is Not A Request For Proposals. At This Time The Nature Of The Competition Or Set-aside Status For Small Business Concerns Has Not Yet Been Determined. the Purpose Of This Market Survey Is To Solicit Statements Of Interest From Capable Vendors To Establish Competition Pools For Each Separate Lift Project. If Interested In Any Of These Lift Projects, Please Respond To This Announcement To Be Considered For Direct Solicitation(s) Under A Simplified Acquisition Process. This Is A Continuous Announcement That Will Remain Open Until Small Business Set-asides And Competition Pools Can Be Established For All The Projects Above. current Registration In System For Award Management (sam.gov) Is Required To Be Considered. The Faa Will Not Wait Or Delay Solicitation Activities, When Ready, For Any Vendors To Create New Accounts Or Reactivate Expired Accounts. If Interested In Any Of These Separate Projects, Please Ensure Your Company’s Sam Registration Is Active And Current As Soon As Possible. the Faa Anticipates Separate Firm Fixed Price (ffp) Contract Awards For Each Lift Project Described Above With Lowest Price Being The Main Award Decision Factor. The Faa May Decide To Pursue A Full And Open Competition Or Set Aside All Or Part Of The Procurement For Small Businesses, Service-disabled Veteran-owned Small Businesses (sdvosb) Or Eligible Socially And Economically Disadvantaged Businesses That Are Certified By The Sba For Participation In The Sba's 8(a) Program. this Announcement Is Not A Request For Proposals Of Any Kind. The Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey. Therefore, Any Cost Associated With The Market Survey Submission Is Solely At The Interested Vendor’s Expense. the North American Industry Classification System (naics) Codes And Size Standards For This Effort Is 481211, Nonscheduled Chartered Passenger Air Transportation. how To Respond To This Announcement the Faa Requests Interested Vendors To Address The Requirements In The Attached Draft Requirements And Specification Document. This Document Is Provided For Feedback And Comments. each Vendor Should Include The Following Information Along With Their Submission: a. Capability Statement - This Document Should Identify: company Name, Poc, And Contact Information statement Of Interest To Submit A Proposal In A Competitive Environment. your Company’s System For Award Management (sam) Unique Entity Identifier (uei) Code. describe Any Recent Previous Contracts Performed Similar In Scope And Magnitude. b. Clearly State Whether You Can Provide All Services Listed In The Draft Requirements Document. which Lift Project Is Your Company Interested In Providing A Proposal For what Type/model/series Of Aircraft Would Your Company Provide If Awarded A Contract For The Lift Project You Are Interested In? what Known Or Perceived Unique Challenges Exist In Performing These Lift Services That The Faa Should Be Aware Of? c. Expected Programmatic Approach (in-house, Teaming, Subcontracting, Etc.) how Much Of The Project Would Your Company Directly Perform? how Much Of The Project Would Your Company Subcontract? is Your Company Partnering With Another Company? Please Elaborate Intended Distribution Of Efforts If So. the Faa Expects This Announcement To Remain Open Until Acquisition Strategies And Competition Pools Can Be Established For All Lift Projects, Or Until All Lift Projects Associated With This Announcement Are Officially Solicited For Proposals, Whichever Occurs Sooner. The Faa Reserves The Right To Extend, Modify, Or Cancel This Announcement At Any Time, For Any Reason, And Without Notice. the Faa Requests That All Submittals, Including Attachments, Be Submitted Electronically To The Following: Email: Joshua.d.huckeby@faa.gov please Include "market Survey Response: Nf Lift Project _(project Number Of Interest)__” In The Subject Line Of Your Email. The Information Provided Will Not Be Publicly Released But Please Mark Proprietary On All Documents Submitted As Necessary. the Acquisition Management System (ams) Is The Faa’s Governing Acquisition Regulation Over The Federal Acquisition Regulation (far). You Can Learn More About The Ams At The Following Public Website: Https://fast.faa.gov/ppg_procurement.cfm.
Closing Date1 Sep 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Starlings Creek Upland Placement, For The U.s. Army Corps Of Engineers (usace) Civil Works Program, Virginia this Is A Pre-solicitation Notice. This Is Not A Solicitation. Do Not Submit Bids Or Questions In Response To This Notice. the Ifb And Accompanying Documents Will Be Issued Electronically And Will Be Uploaded To The Procurement Integrated Enterprise Environment (piee) Suite At Https://piee.eb.mil/on Or About The End Of June 2025. The Solicitation Is Anticipated To Be Posted For 30 Calendar Days. this Acquisition Is A 100% Small Business Set-aside Solicitation the U.s. Army Corps Of Engineers, Norfolk District Intends To Issue An Invitation For Bids (ifb) For A Firm-fixed-price Construction Contract For Refurbishments To The Starlings Creek Upland Dredged Material Placement Site In Saxis, Accomack County, Virginia. description Of Work the U.s. Army Corps Of Engineers – Norfolk District Is Seeking Eligible Firms Capable Of Performing Rehabilitation Work To The Starlings Creek Upland Placement Site Located In Saxis, Virginia. This Project Will Involve Clearing And Grubbing Of The Upland Placement Site, Repairs To The Existing Perimeter And Spur Dikes Using On-site Dredged Material, Repairs Of The Site Spill Box And Outfall Structures, Maintenance To The Site Stormwater Ditches, And Installation Of Riprap Shoreline Protection And Marine Mattresses At The Southern Stormwater Outfall. in Accordance With Far 36.204, The Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Naics Code 237990, Other Heavy And Civil Engineering Construction, Applies To This Project. Ifbs Are Sought For All Interested Firms With A Naics Code Of 237990 With A Small Business Size Standard Of $37,000,000. construction Time the Work Will Commence First With Performance Beginning Within 10 Calendar Days Of Receipt Of Notice-to-proceed (ntp). The Construction Period Of Performance Will Be Approximately 90 Calendar Days From Issuance Of The Ntp. bidder Instructions contractors Will Be Required To Submit Bid Bonds With Submittals. Payment And Performance Bonds Will Be Required Within 10 Calendar Days From Contract Award. In Accordance With Far Part 9.104 And 9.106, Contractor Responsibility Will Be Determined Prior To Award By The Contracting Officer Through The Performance Of A Pre-award Survey Or Utilizing Information From A Previous Pre-award Survey And/or Any Performance Data Available. The Apparent Low Bidder May Be Required To Show That He Has The Necessary Capital, Experience, And Owns Or Can Procure The Necessary Plant Or Other Resources To Commence The Work At The Time Prescribed In The Specifications And Thereafter To Prosecute And Complete The Work Safely And Satisfactorily Within The Time Specified. The Below Pre-award Survey Information Will Be Requested Of The Apparent Low Offeror. This Information Is Not Required To Be Responsive To The Invitation For Bid. current Commitments And Expected Dates Of Completion. one (1) Signed Bank Reference Demonstrating Adequate Financial Resources. If Bidder’s Firm Has A Line Of Credit – Provide Information On How Many Figures Bidder Can Borrow Against The Line Of Credit (i.e. Medium 6 Figures – Exact Line Of Credit Is Not Required). the Bidder Shall Provide The Latest Three (3) Complete Fiscal Year Financial Statements For The Prime Contractor, Certified By An Independent Accounting Firm, If Practicable, Or Signed By An Authorized Officer Of The Organization. Submit Evidence Of Availability Of Working/operating Capital, Which Will Be Used For The Performance Of The Resultant Contract. For Joint Venture Arrangements, Submit The Latest Three Complete Fiscal Year Financial Statements For Each Company In The Joint Venture And Discuss The Financial Responsibilities Among The Companies. the Government Intends To Award A Firm-fixed Priced Contract To The Responsible Bidder Whose Bid Conforms To The Terms Of The Solicitation, Is Determined Fair And Reasonable, And Offers The Best Overall Value To The Government As Determined Through The Ifb, Sealed Bid Process. this Notice Does Not Constitute An Invitation For Bid. The Ifb And Accompanying Documents Will Be Issued Electronically And Will Be Uploaded To The Procurement Integrated Enterprise Environment (piee) Suite At Https://piee.eb.mil/on Or About End Of May 2025. Notification Of Any Changes To This Pre-solicitation Will Only Be Made On This Website. Therefore, It Is The Offerors Responsibility To Check The Website Regularly For Any Posted Changes To The Pre-solicitation Notice. Telephone Calls Or Written Requests For The Ifb Package Will Not Be Accepted. Prospective Bidders Are Responsible For Monitoring At Https://piee.eb.mil/ To Respond To The Solicitation And Any Amendments Or Other Information Regarding This Acquisition. it Is The Sole Responsibility Of The Bidder To Continually View The Website For Changes. No Hard Copies Will Be Available. prospective Contractors Must Be Registered In The Dod System For Award Management (sam) Database In Order To Obtain Access To Beta.sam.gov. It Is Incumbent Upon Vendors To Monitor Beta.sam.gov For The Release Of The Solicitation, Specification, Drawings, And All Subsequent Amendments. Sam Registration Must Also Be Active And Current To Be Eligible For Contract Award. Information On Registration And Annual Confirmation Requirements May Be Obtained By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Lack Of Registration In The Sam Database Will Prevent Access To Beta.sam.gov And Will Make A Bidder Ineligible For Award. Representations And Certifications Applications Apply To This Solicitation And May Be Completed Online Via The Sam.gov Website. inquiries May Be Directed To Major George Jackson At George.jackson@usace.army.mil And Copy-furnish Ms. Stormie Wicks At Stormie.b.wicks@usace.army.mil . Telephone Inquiries Will Not Be Honored.
Closing Soon15 Jul 2025
Tender AmountRefer Documents 
591-600 of 899 active Tenders