Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: Nsn 7r-1680-015854827-p8, Ref Nr 1711270, Qty 5 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A One To Three Suites With A Total Of 1,000 To 1,620 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Professional Office Space, In The City Of Tempe Arizona, And Within The Defined Delineated Area (da) Boundaries Below:
city Of Tucson, Arizona,
Northern Limit: N Sahura Ave
Southern Limit: Euclid
Eastern Limit: Speedway And East 6th St
Western Limit: East Grant Road
the Government’s Desire Is For Afull-service Lease Of Professional Office Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights.
offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired.
required
--spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress.
--lighted, Non-exclusive Or Reserved On-site Parking For Four Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately Four Employee Vehicles And Visitors/recruit Candidate Parking.
--must Use The Government Lease.
--the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning.
--armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors.
proposals Are Due No Later Than 5:00 Pm (pacific/arizona Time) On January 31, 2025.
responses Must Include At A Minimum:
- *initialed (not Signed) Draft Lease Document
- *initialed Copy Of The General Clauses 3517b
- *initialed Copy Of The Janitorial Specifications
- *completed, Signed And Dated Proposal To Lease Space Form,
- As-built Floor Plan Drawing
- Site Plan Showing Location And Available Parking
- Digital Photo Of Street View Of Property
*these Documents Are In The Attached Request For Lease Proposal Document
notice:the Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Proposal Be Selected.
Closing Soon8 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.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|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|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 (may 2024)|13|332919|750 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is The Following:
the Closing Date For Quotes Is Hereby Extended To 07 February 2025.
all Other Terms And Conditions Remain The Same.
all Freight Is Fob Origin.
the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required.
Unit Price:__________ Firm
Total Price:__________ Firm
Procurement Turnaround Time (ptat) :__________
Awardee Cage: __________
Inspection & Acceptance Cage, If Not At Source:__________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct .
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 Valve,linear,direct Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;78062 20423-003;
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.
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 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.
6.3 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.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Excavation
United States
Details: W912p825b0019 - Calcasieu River And Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. Om25125
this Solicitation Will Be Issued As Unrestricted. The Naics Code For This Procurement Is 237990.
the Magnitude Of Construction Is Between $5,000,000 And $10,000,000.
the Work Consists Of Furnishing One Fully Crewed And Equipped Self-propelled Trailing Suction Type Hopper Dredge For The Removal And Satisfactory Disposal Of Shoal Material In The Calcasieu River Bar Channel. Work May Be Required In Other Areas Of The New Orleans District, In Areas Of Both The Galveston And Mobile Districts, And In Other Areas Deemed Necessary.
this Solicitation Will Be Issued As An Invitation For Bid (ifb). The Resulting Contract Shall Be Firm Fixed Price (ffp). This Solicitation Will Be Issued On Or About 04 December 2024 With A Bid Opening Date To Be Set By Amendment.
when Posted, The Solicitation Will Be Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System (sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://www.sam.gov To Download The Solicitation For This Project. If/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Bidders Must Check The Website Periodically For Any Amendments To The Solicitation.
bidders Shall Maintain An Active Registration In The System For Award Management (sam) Database At Https://www.sam.gov To Be Eligible For A Government Contract Award. If A Bidder Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Bidder. Bidders Are Also Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Small Business Administration's Subnet, At Http://web.sba.gov/subnet.
the Contract Specialist For This Solicitation Is Evan Woitha At (504) 862-1214 (evan.g.woitha@usace.army.mil).
Closing Date4 Dec 2026
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0001
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 4, Extend The Scheduled Due Date From January 23rd 2025 1:00pm Cte To February 5th 2025 1:00pm Cte, And To Update The Wage Determination. Please See All Attachments. All Other Terms And Conditions Remain The Same.
any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) Atjesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) Atindigo.a.delacruz.civ@army.mil.
the Mission And Insallation Contracting Command (micc) Fort Sill, Has A Requirement From The U.s. Army Garrison For A Firm Fixed Price (ffp) Contract.
non-personal Services – Grease Exhaust Cleaning Services
the Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Material, Supervision, And Other Items And Non-personal Services Necessary To Perform All Grease Exhaust Cleaning Service Tasks And Frequencies As Described And In Accordance With The Performance Work Statement (pws) And Technical Exhibits. The Contractor Shall Perform All Functions To Remove Accumulated Oily Sludge, Grease, Dirt And Lint From Grease Exhaust Systems And Associated Duct Work, Vents, And Motors. All Exhaust Systems Shall Be To A Standard That Will Prevent Deterioration Of The Grease Exhaust Systems And Eliminate The Possibility Of A Fire Hazard.
north American Industrial Classification System (naics) Code 561790 Is Applicable To This Acquisition. The Applicable Size Standard Is $9 Million. The Government Will Issue A 100% Set-aside For Small Businesses Invitation For Bid (ifb). Contract Award Will Be Made Considering Price Only. A Firm Fixed Price (ffp) Contract Is Anticipated. Services Shall Be Procured Pursuant To The Regulatory Direction Of Far Part 14, Sealed Bidding Acquisition. Expected Award Shall Consist Of One Base Period Of Performance (1 March 2025 – 28 February 2026) And Four One-year Option Periods Of Performance (1 March 2025 – 31 August 2030). There Is No Guarantee That Any Option Period Of Performance Will Be Exercised. The Ifb Estimated Date Of Issue Is On 17 December 2024. All Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered. All Bids Must Be Submitted By 23 January 2025, 1:00pm Cst. See Solicitation For Bid Preparation Instructions.
pursuant To Far 4.1102, Prospective Contractors Shall Be Registered In The System For Award Management (sam) Database Prior To Award Of A Contract. Contractors May Obtain Further Information On Sam Registration At The Following Website: Https://sam.gov/. This Announcement Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Bid Preparation Costs.
the Entire Solicitation Package Will Be Made Available On Www.sam.gov Website. Request For Copies Of The Solicitation Package By Any Other Means Will Not Be Honored. Potential Offerors Are Responsible For Monitoring The Sam.gov Website For Release Of The Solicitation Package Or Subsequent Solicitation Amendments.
any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
FEDERAL HIGHWAY ADMINISTRATION USA Tender
Civil And Construction...+1Bridge Construction
United States
Details: Sealed Bids From Certified Small Business Concerns Only Will Be Accepted For The Blue Ridge Parkway Project Va Np Blri 1g27, Solicitation Number 693c73-25-b-000005, Located In Amherst And Bedford Counties, Virginia. The Project Consists Of For The Rehabilitation Of James River Bridge (structure 5140-016p). The Work Encompasses Cleaning And Sealing Minor Cracks, Removing Vegetation On Piers, Cleaning And Patching Spalls, Large Cracks, And Exposed Rebar, Cleaning And Painting Graffiti And Concrete Stains, Repairing Damaged Mortar And Missing Stonework At The Bridge Abutments And Pedestrian Walkway, Cleaning And Painting Steel Beams On Pedestrian Walkway, Removing Existing Delaminating Asphalt, Shot Blasting The Deck Surface, Installing A Weatherproof Membrane, Replacing The Existing Wearing Surface, Regrading Bridge Approaches, Replacing Rocker Bearings With Elastomeric Bearings, Minor Sidewalk And Stone Masonry Work Near The Visitor Center And Other Miscellaneous Work. The Project Will Be Split Into Multiple Work Schedules/contract Options, With The Cost Of The Entire Project Expected To Fall Within The Price Range Of $8,000,000 To $12,000,000.
contract Award/notice To Proceed Is Subject To The Receipt Of Permits.
bid Documents Should Be Issued On Or About January 17, 2025. Bid Due Date And Location Will Be Specified On The Sf 1442, Block 13a Of The Solicitation.
use Internet Address Www.sam.gov (click On Contract Opportunities, Then Type “693c73” In The Search Contract Opportunities Box And Click The Search Button And All Available Projects Will Be Listed) To Check For The Availability Of Advertisement Documents. All Documents Can Be Directly Downloaded From This Website. Solicitation Documents Will No Longer Be Mailed. Register To Receive Email Notifications To Be Automatically Notified When A Document Is Added Or Updated For A Specific Project. If Firms Do Not Register As An Interested Vendor At This Website, There Will Be No Interested Vendors List.
annual Representations And Certifications Far 52.204-8 (may 2024). The Representations And Certifications Must Be Completed Online At Www.sam.gov. The Required Annual Form Vets-4212 Must Also Be Completed Online At Http://www.dol.gov/vets/vets4212.htm Per Far 52.222-37.
please Send All Questions Concerning Construction Projects To Eflhd.contracts@dot.gov. Include The Solicitation Number, Project Name And Number, Requesting Firm And Address, A Point Of Contact And Telephone Number. Requests For 'faxing' Or Overnight Mailing Will Not Be Accepted.
important Payment Requirement
in Accordance With Federal Acquisition Regulation (far) Subpart Part 4.1102, Prospective Contractors Shall Be Registered In The System For Award Management (sam) Database At The Time An Offer Is Submitted. Also, Far Clause 52.232-33 Requires Sam Registration For Payment. Sam Registration Is Available Online At The Following Internet Web Address: Www.sam.gov.
please Note
for Security Reasons, Individuals Requiring Access To All Government Buildings Must Present A Valid Photo Id And Be Escorted To Their Destination By A Government Employee. All Visitors Attending Bid Openings Are Urged To Arrive At Least 1 Hour Prior To A Scheduled Bid Opening. All Visitors Must Sign In At The Main Entrance Of The Quantum Park Facility And Wait To Be Escorted By A Government Employee To Eastern Federal Lands Highway Division (eflhd) In Suite 200. Visitors Must Then Register With The Eflhd Receptionist. A Government Employee Will Collect All Bids. Prior To The Bid Opening, A Government Employee Will Escort All Bidders To The Bid Opening. Unescorted Visitors Will Be Denied Entry And No Exceptions Will Be Made. Bidders Are Encouraged To Submit Bids Electronically Per The Instructions Provided In The Solicitation.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Details: (ii) The Solicitation Number Is W91rus25q0004. This Solicitation Is A Request For Quote (rfq) Iaw Far Parts 12 And 13.
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-019.
(iv) The Applicable Naics Code Is 517111 And The Small Business Size Standard Is Less Than 1500 Employees. This Acquisition Is Not Set-aside For Small Businesses.
(v) The Contract Line Item Numbers And Items, Quantities And Unit Of Issue Are Identified On The Attached Pricing Schedule. The Contract Scope And Requirements Are Described In The Attached Statement Of Work (sow). The Statement Of Work Is Available Under The Attachments Section Below.
(vi) This Request For Quote (rfq) Is For The Local Voice And Data Circuits Listed In Appendix 10 Of The Statement Of Work For The Fort Novosel Airfields In Alabama.
(vii) Performance Periods:
installation/cut-over (clin 0001)
base Year, 12 Months (clin 0002)
(viii) Provision 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition Including The Following Addendum:
52.212-1 Addendum
(b) Submission Of Offers.
(13) Quotations Will Only Be Accepted From Facilities-based Incumbent And Competitive Local Exchange Carriers Certified By The State Of Alabama To Provide Local Exchange Services.quotations That Include Terms And Conditions Other Than Those In The Request For Quotations Will Be Considered Non-responsive And Not Considered For Award And The Us Army Will Not Incorporate Special Terms And Conditions Into The Resulting Firm-fixed Price Contract. Quotations That Take Exception To The Clauses Required By The Far And Dfars Will Be Considered Non-responsive And Will Not Be Considered For Award.
(14) Submit Quotations Via E-mail To The Contracting Officer Not Later Than The Response Date And Time Specified In The Announcement.
(15) Submit The Following With Each Quotation:
contracting Information
(a) The Unique Entity Identifier (uei) Number Of The Offeror Registered In The System For Award Management (sam).
(b) Proof The Offeror Is A Facilities-based Carrier Certified To Provide Local Exchange Services Within The State Of Alabama. Quotations Will Only Be Accepted From Facilities-based Carriers Certified To Provide Local Exchange Services.
(ii) Pricing. Submit A Completed Copy Of The Attached Price Quotation Spreadsheet Including The Offeror's Prices And All Applicable Taxes, Fees And Surcharges. Unit Prices Must Be Limited To Two Decimal Places. Identify Non-priced Slins By Entering Nsp Or Nc In The Unit Price. The Us Army Is A Federal Government Entity, And As Such, Is Exempt From Certain Taxes. Offerors Must Identify And Include The Quantity And Amounts Of All Applicable Taxes, Fees And Surcharges On The Pricing Schedule. Quotations Should Not Include Any Taxes From Which The Federal Government Is Exempt.
(ii) Technical Solution. A Detailed Narrative And Network Diagram Describing The Offeror's Facilities, Network, And Infrastructure To Deliver All Of The Circuits In The Statement Of Work To The Demarcation Locations. Technical Solutions That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Accepted. Long Distance Charges Are Not Within Scope Of This Requirement And Technical Solutions That Do Not Allow The Us Army To Designate Disa's Mandatory Long Distance Provider As The Primary Interchange Carrier (pic) In Accordance With The Statement Of Work Are Not Technically Acceptable.
(iii) Past Performance Information. Provide Information From Recent Contracts Performed Within The Last Three (3) Years, Which Are Considered Relevant In Demonstrating Ability To Perform Local Exchange Services Involving Similar Scope, Magnitude Of Effort, And Complexities As The Services Described In This Solicitation. Include The Following Administrative Data For Each Referenced Contract Submitted: Offeror's Company Name; Contracting Agency; Contract Number; Brief Description Of Contract; Contract Type (i.e., Fixed Price, Time And Material, Etc.); Period Of Performance, Identification Of Any Significant Achievements Or Past Problems And Resolution; And Name, Address, Telephone Number, And Email Address Of Program Manager And Contracting Officer.
period Of Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Days From The Date Specified For Receipt Of Quotations.
multiple Awards. This Award Shall Be Made On An All Or None Basis. Offerors Must Provide A Quotation To Provide All Of The Circuits In The Statement Of Work, Appendix 10. Quotations That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Considered.
end Of 52.212-1 Addendum
(viiii) Provision 52.212-2, Evaluations, Applies To This Acquisition Including The Following Addendum:
addendum To Far 52.212-2
(a) The Government Will Award A Firm-fixed Price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
price The Total Amount For The Base Year And All Option Years Will Be Evaluated From The Pricing Schedule.
technical Capability - Acceptable Is Defined As A Quotation That Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As A Quotation That Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
past Performance - The Government Will Conduct An Evaluation And Review Of All Recent Past Performance Data Obtained To Determine How Closely The Work Performed Under These Efforts Relates To The Proposed Effort And How Well That Work Was Performed. The Offeror Shall Consider The Requirements Contained In Far Clauses 52.212-1 When Submitting Their Past Performance References. Past Performance Shall Be Evaluated Based On How Recent, Relevant And The Quality Of Services Rendered. To Consider Relevancy And Quality The Past Performance Evaluation Will Consider All Aspects Of An Offerors' Past Performance. For Purposes Of This Evaluation, Recent Is Defined As Contracts Performed Within The Past Three (3) Years From The Issuance Date Of The Solicitation. This Factor Will Be Rated As Acceptable Or Unacceptable. Acceptable Is Defined As The Pass Performance Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As The Past Performance Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
(x) Offerors Are Encouraged To Complete All Representations And Certifications Electronically At The System For Award Management Website Located At Url Https://sam.gov/ . If Not Completed On-line, Offerors Must Include A Completed Copy Of The Provisions At Far 52.212-3, Which Can Be Obtained At Https://www.acquisition.gov/browse/index/far, Far Part 52 Or Online At Https://sam.gov/.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition To Include The Following Addenda:
52.212-4 Addendum
(w) Continuity Of Services And Option To Extend Telecommunication Services.
(1) For All Services Required On This Contract, The Contractor Shall Continue To Provide Services Until A Release Date Is
established By The Government As A Result Of Competition (cutover Complete) Or Termination (including Termination For Cause Or Government Convenience).
(2) The Contractor Recognizes That The Services Under This Contract Are Vital To The Government And Must Be Continued Without Interruption And That, Before Contract Expiration, A Successor, Either The Government Or Another Contractor, May Continue Them. The Contractor Agrees To - (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition. The Contractor Shall (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition To A Successor; And (iii) Notify The Government Of Any Services Not Cutover After Contract Expiration.
end Of 52.212-4 Addendum
(xii) Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. In Addition, The Following Far/dfars/affars Clauses/provisions, Either By Reference Or Full Text, Apply (clauses May Be Obtained Via The Internet At Https://www.acquisition.gov/browse/index/far):
52.204-7 System For Award Management
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards.
52.204-13 System For Award Management Maintenance
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations.
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
52.217-8 Option To Extend Services
52.225-13 Restrictions On Certain Foreign Purchases.
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment By Electronic Funds Transfer-system For Award Management.
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.237-3 Continuity Of Services
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7003 Agency Office Of The Inspector General
252.204-7003 Control Of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting.
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support.
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism.
252.225-7001 Buy American And Balance Of Payments Program.
252.225-7002 Qualifying Country Sources As Subcontractors.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.239-7002 Access.
252.239-7004 Orders For Facilities And Services.
252.239-7005 Rates, Charges, And Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation Or Termination Of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (dev) Supply Chain Risk (deviation 2018-o0020).
252.243-7001 Pricing Of Contract Modifications.
252.244-7000 Subcontracts For Commercial Items
52.252-1, Solicitation Provisions Incorporated By Reference, Feb 1998. For Purposes Of This Provision, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
52.252-2, Clauses Incorporated By Reference, Feb 1998. For Purposes Of This Clause, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
Closing Date1 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: This Request For Proposal (rfp) Is To Establish A Follow-on Sole Source Contract To Provide New Production Requirements And Contractor Logistics Services (cls) Required To Sustain The Common Munitions Bit/reprogramming Equipment (cmbre) Systems To Include The Capability To Repair Cmbre Systems, Provide Consumable Production, Parts Production, Sustaining Engineering, Program Management, And Maintain Cyber Security Requirements. The Contractor Shall Furnish All Material, Support Equipment, Tools, Test Equipment, And Services. The Contractor Will Be Responsible For Providing, Maintaining, And Calibrating All Support Equipment At Their Facility Or A Subcontractor’s Facility. Contractor Furnished Material Or Parts Used For Replacement Shall Equal Or Exceed The Quality Of The Original Material Or Parts. The Cmbre System Consists Of The Cmbre Plus (nsns 6625-01-535-4586 And 6625-01-654-1986) Along With Adapter Units (adus) And All Associated Cables. Specifically, The Cmbre Plus Consists Of Three Cables: Test Adapter Unit (tau) Case, Controller Unit Test Case, And The Cmbre Accessory Kit Case.
in Addition, The Adu-891 Consists Of Two Cases: One Case Houses A Switchbox And Munitions Unique Interface Cable, And The Other Case Holds The Remaining Munitions Unique Interface Cables. The Adu-890 Is A Single Case Containing A Switchbox And Munitions Unique Interface Cable. The Cmbre Systems Are Used In Weapons Build-up Areas By The United States Air Force (usaf), United States Navy (usn), And Numerous Foreign Military Forces. All Cmbre Interface Test Adapters (ita), Initial Spare Kits, Adu-891 Conversion Kits, And All Associated Cables Will Be Covered Under This Strategic Contract.
for The Production Portion Of The Contract, The Supplier Must Provide The Following: Adu-890/e (nsn 6625-01-533-0798), Adu-891(v)1/e (nsn 6625-01-543-8090), Adu-891(v)3/e (nsn 6625-01-561-0677), Adu-891a(v)2/e (nsn 6625-01-638-6914), Cmbre Initial Spares Kits, And Assorted Items Belonging To The Cmbre Configuration.
for The Contractor Logistics Support (cls) Service Portion Of The Contract, The Supplier Must Provide Program Management, Technical Support, Depot Level Repair, Engineering Services For Obsolescence Mitigation, Meet And Assist With Cybersecurity Of The Cmbre System, And As-needed And Per Government Request, Development And Implementation Of Fms Familiarization & Fault Isolation Courses.
this Indefinite Delivery, Requirements Type Contract Will Include A Basic Twelve (12) Month Period Of Performance With Four (4) Twelve Month Option Periods. Per Far Clause 52.217-8, Option To Extend Services Against Applicable Orders Will Also Be Included. Quantities Are Based On Best Estimated Quantities (beq).
destination And Delivery Requirements Are To Be Determined (tbd) And Will Be Cited With The Issuance Of Individual Task/delivery Orders.
solicitation Documents Will Be Posted To Sam.gov Website. Electronic Procedure Will Be Used For This Solicitation At Sam.gov. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out.
this Is A Sole Source Requirement Per Far 6.302-1. Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. This Requirement Will Be Purchased From Northrop Grumman Systems Corporation (ngsc), Cage: 1ltu5. Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. The Government Does Not Own The Data For These Items. No Technical Data Is Available. No Foreign Contractors Shall Be Permitted To Participate At The Prime Contractor Level And No Awards Shall Be Made To Foreign Contractors.
Closing Date20 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Description: This Solicitation Is For An Indefinite Quantity Contract, Which Includes A 5 Year Base Period With No Option Periods For Nsn 5865-01-227-0352. The Guaranteed Minimum Quantity For This Contract Is 47 Each. The Ead Quantity Is 63. The Part Being Procured Is A Filter, Coupler; Iaw Northrop Grumman Systems Corp; Cage: 26916; P/n: 037-003073-002 And Microwave Engineering Corp. Cage: 06351; P/n: 037-003073-002. The Required Delivery Schedule Is 252 Days. Govt Fat Applies. Export Control. This Item Has Been Identified As Csi. Fob Destination. Inspection And Acceptance Is Origin. Dla Aviation Richmond Currently Does Not Have An Approved Technical Data Package Available For This Nsn.
solicitation Issue Date Is January 6, 2025. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. From The Dibbs Homepage, Select “requests For Proposal ( Rfp ) / Invitation For Bid (ifb)” From The Menu Under The Tab “solicitations.” Then Search For And Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: The Embassy Of The United States In Oslo, Norway Has Now Released The Solicitation For Residential Make Ready Services. The Embassy Of The United States In Oslo Has Now Launched The Solicitation On The Sam.gov Website.
the U.s. Embassy Oslo, Norway Requires A Residential Make Ready Service Contractor To Perform Task Orders On U.s. Government Owned And Leased Properties. The Contractor Shall Provide Personnel, Supplies And Equipment To Accomplish All Work As Described In The Solicitation.
the Government Intends To Award A Contract Resulting From This Solicitation To The Lowest Price Acceptable Offeror Who Is A Responsible Contractor. The Government May Award The Contract Based On The Initial Offeror Without Discussions.
all Responsible Sources May Submit A Quotation, Which Will Be Considered. The Resultant Contract Will Be A Firm Fixed Price Type Contract. The Contract Period Of Performance Will Be For One Base Year.
the Embassy Intends To Conduct A Site-visit On January 15, 2025, At 10:00am (oslo Local Time) At Morgedalsvegen 36, 0378 Oslo, Norway, And All Prospective Offerors Are Invited To Attend.
for Site-visit Registration Please Provide Your Company Contact Information, Names Of Visitors, No Later Than 14:00 Oslo Local Time January 13, 2025, To Oslogsoprocurement@state.gov Marked With The Subject Line “residential Make Ready Services -19no6025q0001”
all Contractors Must Be Registered In The Sam (system For Award Management) Database Https://www.sam.gov Prior To Submitting An Offer Pursuant To Far Provision 52.204-7. Therefore, Prospective Offerors Are Encouraged To Register Prior To The Submittal Of Quotations/proposals.
the Guidelines For Registration In Sam Are Available At:
https://sam.gov/content/entity-registration
electronic Submission/responses:
this Opportunity Allows For Electronic Responses. Please Submit Your Offer Prior To The Response Date And Time. Please Ensure Your Email With Your Offer Does Not Exceed 30mb, If It Does Then You Might Have To Send More Than One Email.
proposals For This Requirement Must Be Prepared In The English Language And Submittedby E-mail On Or Before 10:00 Am (oslo Local Time) February 14, 2025,to Oslogsoprocurement@state.gov With Subject Line “residential Make Ready Services - 19no6025q0001”. No Offers Will Be Accepted After The Indicated Deadline.
Closing Date14 Feb 2025
Tender AmountRefer Documents
8441-8450 of 9667 active Tenders