Website Tenders
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: This Broad Agency Announcement (baa), Which Sets Forth By The U.s. Army’s Joint Program Executive Office Armament And Ammunition (jpeo A&a), Office Of The Project Manager Close Combat Systems (pm Ccs), Picatinny Arsenal, New Jersey, Is Issued Under The Paragraph 6.102(d)(2) Of The Federal Acquisition Regulation (far), Which Provides For The Competitive Selection Of White Papers. White Papers Submitted In Response To This Baa And Selected For Award Are Considered To Be The Result Of Full And Open Competition And In Full Compliance With The Provision Of Public Law 98-369, "the Competition In Contracting Act Of 1984" And Subsequent Amendments.
proposals And White Papers Shall Be Evaluated Only If They Contain All Technical Requirements, And Show A Functioning System That Can Achieve The Requirement Set Forth By The Pm Ccs. White Papers That Do Not Fully Meet The Requirements Set Forth In This Baa Will Not Be Considered For Award.
in Order To Conserve Valuable Offeror And Government Resources, And To Facilitate Determining Whether A White Paper Meets The Guidelines Described Herein, Prospective Offerors Contemplating Submission Of A White Paper Are Strongly Encouraged To Talk With The Ground Obstacle Breaching Lane Neutralizer (gobln) Team During The Industry Day, 4-5 March, Held At The Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, Nj 07856, Or Reach Out To The Gobln Team Poc Listed Below, Before Submitting A White Paper. Note, March 4th Will Primarily Be Briefs With The Potential For Optional One-on-ones With The Gobln Team, And March 5th Will Be The Primary Day For Optional One-on-ones With The Gobln Team. If An Offeror Elects To Submit A White Paper, It Shall Be Prepared In Accordance With The Instructions Contained In Part Ii Of This Document. Upon Receipt Of A White Paper, It Will Be Evaluated, And The Offeror Shall Be Advised Of The Evaluation Results. Offerors Whose White Papers Receive A Favorable Evaluation May Be Contacted To Prepare A Complete Proposal In Accordance With Instructions Contained In Part Iii, Section 3 Of This Document.
the Costs Of A White Paper Preparation In Response To This Baa Is Not Considered As An Allowable Direct Charge To Any Award Resulting From This Baa, Or Any Other Award. It May Be An Allowable Expense To The Normal Bid And Proposal Indirect Cost Specified In Far 31.205-18.
offerors Submitting Proposals Are Cautioned That Only A Contracting, Agreements, Or Grants Officer May Obligate The Government To Any Agreement Involving Expenditure Of Government Funds.
administrative Enquires Regarding This Baa Shall Be Addressed In Writing Via Email To The Contract Specialist, Procurement Office Point Of Contact, Jacqueline Smith:
email: Jacqueline.m.smith95.civ@army.mil
address: Acc-nj
Attn: Jacqueline Smith, Bldg. 9, Acc-nj-et
Picatinny Arsenal, Nj 07806-5000
technical Questions Should Be Referred To The Gobln Team Point Of Contact (tpoc), Pm Ccs, Maj Cameron Fulford:
email: Cameron.w.fulford.mil@mail.mil
address: U.s. Army, Office Of The Project Manager Close Combat Systems
Attn: Maj Cameron Fulford,
Demolitions And Countermeasures, Sfae-aa-ccs
Bldg. 183, Buffington Road
Picatinny Arsenal, Nj 07806-5000
(862) 399-6000
this Baa Is Available On The Following Websites:
https://piee.eb.mil/
this Baa Is A Continuously Open Announcement Valid Throughout The Period From The Date Of Issuance Through The Expiration Date Stated On The Cover Page Of This Baa Unless Announced Otherwise. Pm Ccs Is Seeking To Award An Initial Contract(s) By 31 July 2025. This Date Is Being Driven Based On A White Paper Submission Of 16 April 2025. However, Any Proposals And White Papers Submitted Prior To This Baa Expiration Date That Are For Development Directed Toward Advancing The Knowledge And Understanding Within Pm Ccs Will Be Accepted For Evaluation And Potential Secondary Contract(s) Award. Amendments To This Baa Shall Be Posted To The Procurement Integrated Enterprise Environment Web Site (https://piee.eb.mil/) And Published At The Above Websites When They Occur. Interested Parties Are Encouraged To Periodically Check These Websites For Updates And Amendments
Closing Date31 Dec 2025
Tender AmountRefer Documents
ARMY AIR FORCE EXCHANGE SERVICE AAFES USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Kadena Air Base, Okinawa, Japan - Navy Exchange Services Command (nexcom) Navy Gateway Inns And Suites (ngis) Central Lodging Project
project Number: 3784-23-000003
this Project Will Construct A New 7-story 201 Guest Room Lodging Facility With Fitness Center, Conference Room, Micro Mart, Self-service Laundry On Each Floor Including Centralized Housekeeping, Entry Porte-cochere, Entry Lobby And Site Improvements. Project Also Includes Demolition Of Two Building Foundations From The Previous Buildings That Were On The Site.
in Order To Participate In This Solicitation, Please Refer To Link Provided. Any And All Amendments Will Be Posted On Our Website, And Must Be Acknowledged, When Submitting A Proposal.
https://odin.aafes.com/constructionsolicitations/
Closing Date23 Jul 2025
Tender AmountRefer Documents
MUNICIPALITY OF TAGUDIN Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Scale-up Invitation To Bid For The Establishment Of Tagudin Slaughterhouse Identification No. Prdp-su-ib-r001-ils-004-tag-001-2024-vci-r1 Loan No. 9577-ph June 6, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Establishment Of Tagudin Slaughterhouse / Prdp-su-ib-r001-ils-004-tag-001-2024-vci-r1 2. The Municipal Government Of Tagudin, Ilocos Sur, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Establishment Of Tagudin Slaughterhouse. Completion Of The Works Is Required By 465 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Estimated Project Cost For This Project Is Eighty-two Million Four Hundred Fifty Thousand Pesos (php82,450,000.00). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office 1 At Da Rfo 1, Aguila Road, Sevilla, San Fernando City, La Union And At The Prdp Project Support Office North Luzon A Cluster With Address At Sto. Niño City Of San Fernando, Pampanga And At The National Project Coordination Office (npco) With Address At Elliptical Road, Diliman, Quezon City From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting June 6, 2025 From The Bids And Awards Committee Of The Municipal Government Of Tagudin, Ilocos Sur With Address Below, Prdp Rpco 1 Or Prdp Pso North Luzon A Cluster And Upon Payment Or Depositing To The Municipality Of Tagudin, Ilocos Sur - Landbank Account Number 3972-1000-39 A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt, The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Digital Payment Serves As The Proof Of Payment. Digital Payment Shall Mean Payment Using The Likes Of Paymaya, Iaccess, Smart Money, Gcash, Coins.ph And Other Means Of Digital Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://drive.google.com/drive/folders/147bmdstgowspn51iwsmrf2zjwa0y4ika?usp=drive_link. As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 6. The Municipal Government Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On June 25, 2025 At 10:00 A.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur With The Invitation Link Https://us02web.zoom.us/j/86326748458?pwd=iu98qrr6yykyu7egvmy4vbf38d0jdz.1 Which Shall Be Open To All Interested Parties. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before July 8, 2025 At 10:00 A.m. At 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur. All Bids Must Be Accompanied By A Bid Securing Declaration. 8. Bids Will Be Opened On July 8, 2025 At 10:00 A.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur, With Invitation Link Https://us02web.zoom.us/j/88593046508?pwd=3vlksspxhmvzkzgltdaxerwb6yycwr.1 Which Shall Be Open To All Interested Parties. 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. 9. The Municipal Government Of Tagudin, Ilocos Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Enp. Arlyn P. Garlejo Bac Secretariat, Head Municipal Government Of Tagudin, Ilocos Sur 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Email Add: Lgutagudinbac_asap@yahoo.com Tel. No. (077) 652 1740 Marina I. Balicoco Chairperson, Bids And Awards Committee Municipal Government Of Tagudin, Ilocos Sur
Closing Date8 Jul 2025
Tender AmountPHP 82.4 Million (USD 1.4 Million)
DEPT OF THE NAVY USA Tender
Others
United States
Details: The National Shipbuilding Research Program (nsrp) Executive Control Board (ecb), Under The Joint Funding Agreement, N00024-18-3-2231, Intends To Issue Nsrp Research Announcement 26 (ra-26) And Nsrp Panel Project Announcement (pp-26). Subsequent Release Of These Solicitations Will Also Be Announced On Sam.gov. The Ra, Pp And Any Amendments Thereto Shall Be Posted On The Nsrp Website (www.nsrp.org). See Attachment For More Detail.
******the Original Date Offers Due: Dec 01, 2025 In Sam.gov Is Not Correct. The Actual Dates For Proposal Submittal Will Be Posted On The Nsrp Website.*****
Closing Date1 Dec 2025
Tender AmountRefer Documents
Isle Of Wight Council Tender
Software and IT Solutions
United Kingdom
Description: Pre-procurement Market Engagement Questionnaire For The Provision Of A Content Management System (cms) For Websites
Closing Date19 Feb 2026
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Others
United States
Details: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By The Albuquerque Area Indian Health Service. This Notice Is Intended Strictly For Market Research To Determine If A 100% Set Aside For Small Business Indian Firms, 100% Indian Owned Economic Enterprises Or 100% Set Aside For Small Business Concerns Can Fulfill The Requirements Set Forth In This Sources Sought Notice.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (small Business Indian Firms, Indian Owned Economic Enterprise Or Small Business). This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Albuquerque Area Indian Health Service Is Conducting A Market Survey To Help Determine The Availability Of The Following Item/service:
description: The Albuquerque Area Indian Health Service Is Looking For Native American Owned Small Businesses Who Provide Sustainable Products And Services
if Your Business Can Offer This Item/service Or A Brand Name Or Equal To Item, Please Provide A Product Brochure And Or Any Other Product Information To Eric.wright@ihs.gov.
responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities Website Https://www.sam.gov At A Later Date, And All Interested Parties Must Respond To The Solicitation Announcement Separately From The Responses To This Announcement In Order To Be Considered.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Appropriate.
please Submit All Information To Eric K. Wright Via E-mail: Eric.wright@ihs.gov By February 12, 2026 At 12:00 Pm (mountain Daylight Savings Time).
interested Parties Are Required To Be Registered And Certified In The System For Award Management (sam). Registration May Be Accomplished At Https://www.sam.gov.
responses To This Notice Should Include Company Name, Address, Point Of Contact, Uei, Size Of Business Pursuant To North American Industrial Classification System (naics) And Must Respond To The Following Questions:
is Your Business A Small Business Indian Firm? Is Your Business An Indian Owned Economic Enterprise? Is Your Firm A Veteran Owned Small Business? Certified Service-disabled Veteran Owned? Is Your Firm A Woman-owned Or Operated Business? Is Your Business A Small Business?
interested Businesses Are Required To Submit A Statement Of Capabilities (soc) Demonstrating:
ability To Manage The Services, Description Of Past Performance On Previous Contracts, Dollar Value Of Each Contract, Number Of Employees For Each, The Types And Range Of Skills Of Employees For Each, And Point Of Contact And Telephone Number Of The Contracting Activity For Each Contract.
a Capability Statement, Including Summary Of Relevant Performance History (with Points Of Contact And Applicable Telephone Numbers, Fax Numbers, Addresses And Email Addresses, If Available) Within The Past Three Years.
automated Responses Which Do Not Provide The Requested Information Specified In This Source Sought Notice Will Be Considered Non-responsive And Will Not Be Considered In This Market Research.
Closing Date12 Feb 2026
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation For Comparative Proposals For The Boracay Bridge Project The Department Of Public Works And Highways (“dpwh”) Has Received An Unsolicited Proposal From San Miguel Holdings Corporation (the “original Proponent”) For The Boracay Bridge Project (“project”) And Was Approved Following The Provisions Of The Republic Act No. 11966 Or The Public-private Partnership Code Of The Philippines (“ppp Code”) And Its Implementing Rules And Regulations (irr). The Unsolicited Proposal Is To Finance, Design, Construct, Operate And Maintain The Boracay Bridge Project Connecting Boracay Island And The Main Island Of Panay (malay, Aklan). The Project Involves The Construction Of An Approximate 2.54-kilometer Limited-access Bridge System Including An Access Road Infrastructure With Facility Hubs On Both Islands, Providing Commercial Spaces For Lease And Parking Areas For Service And Operation Of Public Transport Vehicles And Cargo/delivery Vehicles Between Boracay Island And Caticlan, Malay. The Project Is Expected To: • Open-up A New All-weather Access For Vehicles And Pedestrians, Thereby, Encouraging People To Consider Alternative Accommodations And Activity Centers At The Mainland; • Manage Environmental Carrying Capacity Of The Boracay Island; And • Free-up Boracay Island From Overcrowding And Overuse Of Existing Facilities, Which Ultimately Produce Adverse Environmental Impact. The Dpwh Invites Local And International Companies To Submit Comparative Proposals Under A Comparative Bidding Process To Finance, Design, Construct, Operate And Maintain The Project Under A 30-year Concession Period From The Start Of Operations. The Comparative Bidding For The Project Will Be Conducted In Accordance With The Procurement Rules And Procedures Applicable For Unsolicited Proposals Set Out In Republic Act No. 11966, An Act Providing For The Public-private Partnership Code Of The Philippines (“ppp Code”), And Its Implementing Rules And Regulations (irr). A Single-stage Bidding For This Project Shall Be Conducted Pursuant To The Approved Parameters, Terms, And Conditions (ptcs) And As Allowed In The Provisions Of The Ppp Code And Its Irr. In The Event That A Comparative Proponent Submits A Financial Proposal Better Than That Submitted By The Original Proponent, The Latter Shall Have The “right-to-match” Such Price Proposal Within Thirty (30) Calendar Days In Accordance With The Instruction To Comparative Challengers And Section 98 Of The Ppp Code Irr. Instructions To Comparative Proponents And Other Relevant Qualification And Tender Documents Will Be Available Starting February 20, 2025, 7:00 A.m. To 4:00 P.m., At The Office Of The Pre-qualification, Bids And Awards Committee (“pbac”) Secretary, 3 Rd Floor, 2 Dpwh Central Office Building, Public-private Partnership (ppp) Service Office, Bonifacio Drive, Port Area, Manila, Philippines, With Telephone Numbers: (02) 5304-3148 To 49. It Is Emphasized That The Said Documents Shall Be Provided Only To The Authorized Representative Of The Comparative Proponent And/or Company. Without Prejudice To The Submission Of All Documentary And Other Requirements, Prospective Comparative Proponents Must Accomplish The Required Forms And Pay A Nonrefundable Fee Of Five Hundred Thousand Pesos (php 500,000.00), Payable In Cashier’s/manager’s Check Issued By A Commercial Or Universal Bank And Payable To The Order Of Department Of Public Works And Highways (“dpwh”). Prospective Challengers Shall Be Given A Period Of Two Hundred Forty (240) Calendar Days, From The First Day Of Issuance Of Comparative Challenge Documents To Submit Comparative Proposals. Comparative Proposals Should Be Submitted On Or Before 4:00 P.m. On October 18, 2025 At The 3rd Floor, Ppp Service Office, Dpwh Central Office, Bonifacio Drive, Port Area, Manila, Philippines, Unless Otherwise Advised. The Dpwh Reserves The Right To Reject Any Or All Comparative Proposals, Modify The Tender Or Bidding Documents Or Any Aspect Thereof Anytime, Waive Any Minor Defects Therein, Declare A Failure Of Bidding, - And Not Award The Contract For Any Justifiable And Reasonable Ground Where An Award Will Not Benefit The Dpwh Or The Government Of The Philippines, Without Thereby Incurring Any Liability To The Affected Proponent(s) Or Bidder(s). For Further Instructions And Clarifications On How To Participate In The Project, Interested Parties May Coordinate With The Pbac Chairperson And Copy Furnish The Pbac Secretary Through: Ador G. Canlas Undersecretary For Technical Services And Information Management Service Chairperson, Pbac For Ppp Projects Address: 2 Nd Floor, Office Of Undersecretary For Technical Services And Information Management Service, Dpwh Central Office, Bonifacio Drive, Port Area, Manila, Philippines Email: Canlas.ador@dpwh.gov.ph The Pbac Secretariat Address: 3 Rd Floor, Ppp Service Office, Dpwh Central Office, Bonifacio Drive, Port Area, Manila, Philippines Tel. No.: (02) 5304-3148 To 49 / (02) 5304-3490 Email: Pbac-secretariat-pppservice@dpwh.gov.ph Website: Www.dpwh.gov.ph (sgd) Ador G. Canlas Undersecretary For Technical Services And Information Management Service Chairperson, Pbac For Ppp Projects S.o. 17 Series Of 2025
Closing Date17 Oct 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Presolicitation Notice
title: Ftg247 Replace Ups At Idt1, Fort Greely, Alaska
identify Set Aside Type
psc Code: Y1bf – Construction Of Missile System Facilities
naics Code: 237130 – Power And Communication Line And Related Structures Construction
solicitation Number: W911kb25r0032
description:
this Is A Pre-solicitation Notice For A Total Small Business Set Aside Request For Proposal (rfp) To Replace The Existing 80kva Uninterruptable Power Systems (upss) With Distributed Redundant 75 Kilovolt-ampere (kva) Upss. New Ups Panelboards Will Be Added To Allow For Redundant Receptacles For All The Mission Equipment Within The High-altitude Electromagnetic Pulse (hemp)-shielded Equipment Room. Emergency Power Off (epo) Will Be Upgraded To The Latest Mda Gmd Standards. Power Control And Monitoring System (pcms) And Power Quality Monitoring System (pqms) Will Also Be Extended Into Idt1 From The Fort Greely Power Plant (fpp).the Estimated Dollar Magnitude Of This Project Is Anticipated Between $1,000,000 And $5,000,000. The Performance Period Will Be Approximately 540 Calendar Days. The Procurement Will Be Conducted Using Source Selection Procedures And The Award Will Be Based On Best Value Tradeoff Source Selection Procedures, Considering The Price And Non-price Factors Cited In This Announcement And The Solicitation.
all Offerors Must Be Registered In The System For Award Management (sam) (https://www.sam.gov/sam/). Joint Ventures Must Be Registered In Sam As The Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure This Registration Is In Place Should They Be Selected For The Award. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award.
anticipated Ntp: 13 June 2025 With A 540 Calendar-day Period Of Performance; The Davis Bacon Act Will Apply.
(1) Project Information: Replacethe Existing 80kva Uninterruptable Power Systems (upss) With Distributed Redundant 75 Kilovolt-ampere (kva) Ups At Fort Greely, Alaska.
(2) Selection Criteria: Evaluation Criteria To Be Listed In The Solicitation Are Anticipated To Be:
factor 1 – Past Performance (confidence Assessment)
factor 2 – Technical Approach
factor 3 – Summary Milestone Schedule
factor 4 – Price And Pro Forma Information
(3) Obtaining The Solicitation: The Solicitation For This Project Will Be Provided In Electronic Format Only And Is Currently Scheduled To Be Available For Download On Or About 31 March 2025 At The Piee Solicitation Module Website At Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml Via Solicitation Number (w911kb25r0032). Any Future Amendments To The Solicitation Will Also Be Available For Download From This Website. All Responsible Sources May Submit An Offer Which Will Be Considered By The Agency. All Notifications Of Changes To This Solicitation Shall Be Made Through The Internet Only. It Is The Offeror’s Responsibility To Check For Any Posted Changes To This Solicitation.
note: Electronic Proposal Submissions Will Only Be Accepted Via The Piee Solicitation Module Website At: Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. In Order To Submit A Proposal, Vendors Must Register In The Piee System And Must Have A Proposal Manager Role Established. Additional Information Regarding Proposal Manager, Proposal Manager Functions And Posting Offers Can Be Foud At Https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
Closing Date13 Dec 2026
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Publishing and Printing
United States
Details: This Notice Is Being Published To Provide Updates For The New Bureau Of Engraving And Printings Currency Prodcution Facility Construction Acqusition.
due To Budgetary Constraints And A Reduction In The Project's Required Scope, U.s. Army Corps Of Engineers (usace), Baltimore District, Canceled The Solicitation For The Construction Of Bureau Of Engraving And Printing Currency Production Facility, Beltsville, Maryland, Effective Jan. 13, 2025. Usace Will Continue To Work In Partnership With Bep On A Path Forward As Reevaluations For This Project Are Underway. Updates Will Be Communicated Via Sam.gov, As Well As The Bep Replacement Facility Quarterly Newsletter Which Can Be Accessed On The Project’s Website: Https://www.nab.usace.army.mil/bep/.
for Any Additional Questions Or Concerns, Please Reach Out To Ms. Paula Beck At Paula.m.beck@usace.army.mil Or(410) 800-7255 And Ms. Leigha Arnold At Leigha.m.arnold@usace.army.mil Or(443) 986-1067.
Closing Date1 Jan 2026
Tender AmountRefer Documents
European Stability Mechanism ESM Tender
Services
Others
Luxembourg
Details: Title: Provision Of Consultancy Services
description: The Esm Is Launching A Dynamic Purchasing System (dps) As Defined In The Esm Procurement Policy For Consultancy Services. Candidates Can Apply To The Dps At Any Time During The Validity Of The Dps, Which Is 4 Years. The Selected Candidates Will Sign A Framework Agreement With Esm With An End Date Of 30/04/2029. To Participate, Candidates Need To Be Registered On The Esm Intend Portal (free Of Charge) To Submit Their Application. The Dps Is A Dynamic Procedure Where Candidates Will Be Able To Apply At Any Time While The Dps Is Open. Esm Will Therefore Assess Applications Regularly Without Undue Delay. Esm Is However Informing All Candidates That A First Assessment Will Be Done In A ‘batch’ To Ensure That Framework Agreements Are Signed And Can Start On 01/05/2025. The Esm’s Current Consultant Panel Will Expire On 30/04/2025 Therefore It Is Necessary To Have New Framework Agreements In Place To Replace The Expiring Ones. We Encourage Candidates To Submit Their Application By The 23/01/25 To Ensure Sufficient Time For The Assessment And The Contract Signature Process To Have New Framework Agreements In Place By 01/05/25. The Consultancy Services Are Grouped In Four Categories: Category 1 Financial Services, Category 2 It Services, Category 3 Corporate Services, Category 4 Banking And Economic Services. Each Category Is Composed Of Various Disciplines. Candidates Can Bid For One Or Multiple Disciplines. All Procurement Documents Are Available On The Esm Website And The Esm E-procurement Tool (intend).
Closing Date30 Apr 2029
Tender AmountRefer Documents
631-640 of 902 active Tenders