Website Tenders

NATIONAL PARK SERVICE USA Tender

Others
United States
Details: The National Park Service (nps) Provides Notice Of The Release Of A Prospectus(no. Cc-dinoxxx-26) To Solicit Proposals For The Award Of Up To 11 Concession Contracts To Provide Guided Interpretive Whitewater River Trips Within Dinosaur National Monument. The Effective Date Of The Next Concession Contracts Is Expected To Be January 1, 2026. the Prospectus Explains The Business Opportunity And The Terms And Conditions Under Which The Nps Will Award The Concession Contracts. The Prospectus Will Be Available At Https://www.nps.gov/subjects/concessions/prospectuses.htm. questions Due if You Do Not Understand Something In This Prospectus, You Must Submit Your Questions Or Comments To Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On May 7, 2025. The Questions Must Be In A Format That Allows The Nps To Copy Them To Microsoft Word. notice Of Intent To Propose if You Plan To Submit A Proposal In Response To This Solicitation, You Must Notify Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On July 9, 2025. The Nps Will Not Accept Proposals From Entities That Do Not Provide Notice On Or Before That Date. submission Of An Electronic Proposal prior To The Electronic Submission Deadline Of July 23, 2025, You Will Receive A Welcome Email Message From The Nps’s Microsoft Teams Platform At The Email Address You Provided When You Notified The Service Of Your Intent To Submit A Proposal. You Must Accept The Invitation Before You Can Access The Teams Site To Upload Your Proposal. The Nps Will Not Accept Proposals Submitted In Hardcopy Or Via Another Electronic Platform, Including Email. contact List to Be Put On A Contact List To Receive Amendments Or Any Additional Information Specific To The Prospectus, Interested Parties Must Provide Their Contact Information (name, Email Address, And Phone Number) To Jennifer Parker Via Email At Jennifer_parker@nps.gov. Information Relative To The Solicitation Will Also Be Posted To The Above-mentioned Website. The Contact List Already Includes The Existing Concessioners.
Closing Date23 Jul 2025
Tender AmountRefer Documents 

The City University Of New York - CUNY Tender

Others
Corrigendum : Closing Date Modified
United States
Description: School Of Professional Studies Website Redesign
Closing Soon10 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n741.8|hw1dd|n/a|seana.m.steiner.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |stand-alone Requirement|tbd|n00104|tbd|tbd|tbd|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|1-866-618-5988 - Wawf Helpdesk| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|333914|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. Please Provide Repair Price As Estimated (est) For The Full Repair Effort Ofthe Requirement And Specify On Quote. 3. Vendor Shall Have 90 Days After Receipt Of Carcass(es) To Complete A Teardown & Evaluation Of The Carcass(es) And Submit A Ffp Quote For The Full Repair Effort Of The Carcass(es). 4. When Submitting Quote, Please Include Cost Of New (actual Or Estimated) For Evaluation Purposes. 5. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price. 6. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (rtat): c. Throughput Constraint: d. Induction Expiration Date: 7. The Contractor Must Obtain Final Inspection And Acceptance By The Governmentfor All Assets Within The Rtat Established In The Resulting Contract. a. Requested Rtat: 420 Days 8. Quotes Shall Reference The Proposed Rtat And Any Capacity Constraints. 9. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Set Be Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 10. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address And Cage Of The Packaging Facility. 11. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide Traceability Documentation If Requested. Examples Of Documentation may Include But Are Not Limited To: a. Purchase Order/invoice Between Offeror And The Oem Identifying The Part Number, Revision Level And Quantities. b. Oem Packing Slip Or Certification Identifying The Part Number, Revision Level And Quantities. 12. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 13. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations Whenthe Contract To Be Awarded Will Be A Rated Order. 14. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreementare Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump,distilled Wate . 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 Pump,distilled Wate 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. ;81412 528p200; 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. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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.
Closing Date7 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n741.8|hw1aw|n/a|seana.m.steiner.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |stand-alone Requirement|tbd|n00104|tbd|tbd|tbd|tbd|n/a|n/a|n/ a|n/a|n/a|n/a|n/a|1-866-618-5988 - Wawf Helpdesk| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|333998|700|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. Please Provide Repair Price As Estimated (est) For The Full Repair Effort Ofthe Requirement And Specify On Quote. 3. Vendor Shall Have 90 Days After Receipt Of Carcass(es) To Complete A Teardown & Evaluation Of The Carcass(es) And Submit A Ffp Quote For The Full Repair Effort Of The Carcass(es). 4. When Submitting Quote, Please Include Cost Of New (actual Or Estimated) For Evaluation Purposes. 5. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price. 6. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (rtat): c. Throughput Constraint: d. Induction Expiration Date: 7. The Contractor Must Obtain Final Inspection And Acceptance By The Governmentfor All Assets Within The Rtat Established In The Resulting Contract. a. Requested Rtat: 311 Days 8. Quotes Shall Reference The Proposed Rtat And Any Capacity Constraints. 9. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Set Be Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 10. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address And Cage Of The Packaging Facility. 11. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide Traceability Documentation If Requested. Examples Of Documentation may Include But Are Not Limited To: a. Purchase Order/invoice Between Offeror And The Oem Identifying The Part Number, Revision Level And Quantities. b. Oem Packing Slip Or Certification Identifying The Part Number, Revision Level And Quantities. 12. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 13. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations Whenthe Contract To Be Awarded Will Be A Rated Order. 14. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreementare Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Union,cell Gland . 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 Union,cell Gland 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. ;81412 24-49121; 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.
Closing Date7 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Excavation
United States
Details: W912pm25ba008 the U.s. Army Corps Of Engineers, Wilmington District Requires A Contract To Perform Fy26 Aiww Dredge Material Placement Facility (dmpf) Improvements. the Work Includes The Repair And Improvement Of Six Atlantic Intracoastal Waterway (aiww) Upland Placement Areas Located From Carteret County To Brunswick County, North Carolina. The Repair And Improvement Work Will Consist Of Excavating Material Within The Interior Of The Upland Placement Area And Using The Material To Repair And Raise The Perimeter Dikes. The Perimeter Dikes Will Be Raised To Elevations Between 5’ And 20’. upland Placement Areas Will Also Require The Construction Of A Spillway System Which Consists Of A Platform Structure, Stoplogs, And Pipe System To Drain Water From Future Dredged Material To Be Placed At The Site. there Are No Known Environmental Windows For Any Of The Upland Placement Sites At This Time this Solicitation Is A 100% Small Business Set-aside. the Contract Issued Will Be Firm Fixed Price. the Magnitude Of Construction Of This Project Is Between $5,000,000.00 And $10,000,000.00. this Solicitation Will Be Issued In Electronic Format Only And Will Be Available On Or About 11 August 2025. the Bid Opening Date Will Be Specified In The Solicitation When It Is Issued. No Additional Media (cd-rom, Floppy Disks, Facsimiles, Etc) Will Be Provided. Paper Copies Of This Solicitation Will Not Be Available. Other Methods Of Requesting A Package Will Not Be Honored. the North American Industry Classification System (naics) Code Is 237990 – Dredging And Surface Cleanup Activities And The Size Standard Is $37,000,000.00. offerors Must Be Registered In The System For Award Management (sam) In Order To Be Eligible To Receive An Award From Any Government Solicitation. Call 1-866-606-8220 For More Information Or Visit The Sam Website At Www.sam.gov. After Completing Sam, In Order To Download Documents Contractors And Their Subcontractors Must Register At Www.sam.gov. In Order To Locate Solicitation, Contractors Can Go To Www. Sam.gov And Search For The Solicitation Number. contractors Can Register To Be Put On A Plan Holders List That Others Can Access Through The Www.sam.gov Website. It Is The Offeror's Responsibility To Check The Internet Address Provided As Necessary For Any Posted Changes To This Solicitation And All Amendments. For Additional Information Or Assistance, Please Contact Jenifer Garland, Contract Specialist, Phone (910) 251-4134, Email Jenifer.m.garland@usace.army.mil Or Rosalind Shoemaker, Contract Office, Phone (910) 251-4436, Email Rosalind.m.shoemaker@usace.army.mil.
Closing Date11 Aug 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
Corrigendum : Closing Date Modified
United States
Details: W912pm25ba005 the U.s. Army Corps Of Engineers, Wilmington District Requires A Contract To Perform Maintenance Dredging, Rollinson & Silver Lake Harbor, North Carolina. the Work Includes Maintenance Dredging Of A Number Of Channels Near Hatteras And Ocracoke, North Carolina. The Channels Include Rollinson Channel, Big Foot Slough Hatteras Ferry Channel, Silver Lake, And Atlantic Harbor. The Maintenance Dredging Work Will Consist Of Removal Of Shoaled Material That Has Accumulated In The Channels Since The Various Areas Were Last Dredged. Dredging Depths Range From 10’ Plus 2’ Of Allowable Overdepth To 12’ Plus 2’ Of Allowable Overdepth For These Channels. Placement Of Dredged Material For All Channels Will Be On Approved Controlled Effluent Placement Islands. all Dredging Shall Be Performed By Hydraulic Cutter Suction Dredge With A Pipeline To A Controlled Effluent Site. There Is No Environmental Window For Hydraulic Cutter Suction Dredge At The Proposed Channels. The Placement Of Material On Controlled Effluent Placement Islands Has An Anticipated Environmental Window Of 01 September 2025 Through 31 March 2026. there Are No Known Environmental Windows For Any Of The Upland Placement Sites At This Time this Solicitation Is A 100% Small Business Set-aside. the Contract Issued Will Be Firm Fixed Price. the Magnitude Of Construction Of This Project Is Between $5,000,000.00 And $10,000,000.00. this Solicitation Will Be Issued In Electronic Format Only And Will Be Available On Or About 21 July 2025. the Bid Opening Date Will Be Specified In The Solicitation When It Is Issued. No Additional Media (cd-rom, Floppy Disks, Facsimiles, Etc) Will Be Provided. Paper Copies Of This Solicitation Will Not Be Available. Other Methods Of Requesting A Package Will Not Be Honored. the North American Industry Classification System (naics) Code Is 237990 – Dredging And Surface Cleanup Activities And The Size Standard Is $37,000,000.00. offerors Must Be Registered In The System For Award Management (sam) In Order To Be Eligible To Receive An Award From Any Government Solicitation. Call 1-866-606-8220 For More Information Or Visit The Sam Website At Www.sam.gov. After Completing Sam, In Order To Download Documents Contractors And Their Subcontractors Must Register At Www.sam.gov. In Order To Locate Solicitation, Contractors Can Go To Www. Sam.gov And Search For The Solicitation Number. contractors Can Register To Be Put On A Plan Holders List That Others Can Access Through The Www.sam.gov Website. It Is The Offeror's Responsibility To Check The Internet Address Provided As Necessary For Any Posted Changes To This Solicitation And All Amendments. For Additional Information Or Assistance, Please Contact Jenifer Garland, Contract Specialist, Phone (910) 251-4134, Email Jenifer.m.garland@usace.army.mil Or Rosalind Shoemaker, Contract Office, Phone (910) 251-4436, Email Rosalind.m.shoemaker@usace.army.mil.
Closing Date21 Jul 2025
Tender AmountRefer Documents 

Central Institute Of Plastics Engineering And Technology - CIPET Tender

Goods
Software and IT Solutions...+2Other Consultancy Services, Consultancy Services
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: Cyber Security Audit - Website Accessibility Audit
Closing Date21 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n713.32|hr0|717-605-1313|kara.c.wiest.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|w25g1u|see Schedule|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| option For Increased Quantity (mar 1989)|1|180 Days| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|335312|1,250 # Of Employees|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 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: 100 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. your Quote Should Include The Following Information: Quote Amount And Rtat o Unit Price:__________ o Total Price:__________ o 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 ___ 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 o 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:__________ option Remarks: the Contract Officer Would Like To Exercise A 100% Option Quantity Within 180-days Of The Effective Date Of The Contract Award. The Contractor Will Provide The Same Delivery Turnaround As The Base Line Items. A Modification Will Be Completed At The Time The option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity. please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Procurement Contract. yes ___ Or No ____ please Indicate The Pricing For The Option Quantity. price Each: $___________ 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 Motor,alternating C . 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 Motor,alternating C 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. ;3sdb5 5ks445ns399hbha-f1; 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.
Closing Date25 Aug 2025
Tender AmountRefer Documents 

Ministry Of Internal Affairs And Communications - MIC Tender

Software and IT Solutions
Japan
Description: Website Operation For Notice In The Fiscal Year 2025.
Closing Date30 Jan 2026
Tender AmountRefer Documents 

Digos Water District Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Digos Water District Rizal Avenue, Digos City Invitation To Bid For The Procurement Of Materials For The Proposed Distribution Pipelines Expansion 1. The Digos Water District, Through The Corporate Budget For The Year 2025, Intends To Apply The Sum Of One Million Five Hundred Thirty Thousand Two Hundred Nine Pesos (php 1,530,209.00) Being The Abc To Payments Under The Contract For: Purchase Request No. 2025-05-0039 To 0045 Lot Particulars Amount Of Abc Amount Of Bid Docs A C.i. Fittings Php 746,869.00 Php 1,000.00 B Construction Materials Php 783,340.00 Php 1,000.00 Total Php 1,530,209.00 Php 2,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Digos Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 45 Calendar Days Upon Receipt Of Purchase Order. 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. 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 Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Digos Water District And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 13, 2025 From The Given Address And Website/s 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 One Thousand Pesos (php 1,000.00) Each For Lot A And Lot B. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, Or Through Electronic Means. 6. The Digos Water District Will Hold A Pre-bid Conference1 On June 23,2025 At 10:30 In The Morning At Digos Water District Board Room And/or Through Video Conferencing Or Webcasting Via Google Meet (the Link Will Be Provided At Least 15 Minutes Before The Pre-bid Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual/personal Delivery/ Submission At The Office Address Indicated Below, Or (ii) Through Courier On Or Before July 07, 2025 At 10:15 In The Morning. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On July 07, 2025 At 10:30 In The Morning At The Given Address Below And/or Through Video Conferencing Or Webcasting Via Google Meet (the Link Will Be Provided At Least 15 Minutes Before The Bid Opening). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Digos Water District 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Cresente I. Torregosa Head - Bac Secretariat Digos Water District Rizal Avenue, Digos City, Davao Del Sur Telefax No. (082)553-8742 Dwdprocurement@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://digoswaterdistrict.gov.ph/ June 13, 2025 Aphrodite M. Adrales Bac Chairperson 1
Closing Date7 Jul 2025
Tender AmountPHP 1.5 Million (USD 27 K)
601-610 of 889 active Tenders