Website Tenders
Website Tenders
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
Construction De Defense Canada Tender
Civil And Construction...+2Others, Civil Works Others
Canada
Details: Defence Construction Canada (dcc) – Is Calling For Proposals From Firms To Provide Facilities Maintenance And Support Services To The Department Of National Defence (dnd) For Installations Located At 4 Wing Cold Lake, Alberta. This Procurement Contains Set-asides For The Benefit Of Indigenous Businesses Pursuant To Applicable Trade Agreement Provisions. The Contractor Will Be Required To Provide Maintenance And Support Services For All Identified Buildings And Their Associated Infrastructure Within The Defined Property Limits In A Manner And To A Standard That Will Not Cause The Buildings To Deteriorate Beyond Normal Wear And Tear Throughout The Contract Term. Following Contract Award, The Contractor Will Be Required To Progressively Mobilize And Be Ready To Commence Providing The Services By The Service Commencement Date In The Contract. The Initial Period Of Service Will Be Five (5) Years. If Mutually Agreeable Between The Contractor And Dcc, The Period Of Service May Be Extended For Up To Two (2) Additional Three (3) Year Periods, For A Possible Total Of Eleven (11) Years. Information Provided By The Proponents Will Be Evaluated Using The Established Criteria In The Rfp. Firms That Consider Themselves Qualified To Provide These Services Are Invited To Submit Their Proposals Through The Merx Electronic Bidding System On Or Before The Closing Date And Time Indicated On The Electronic Bidding System. This Solicitation Is Being Conducted In Accordance With The Requirements Set Out In The Canadian Free Trade Agreement (cfta), Chapter Nineteen Of The Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And The World Trade Organization Agreement On Government Procurement (wto-gpa). The Selected Consultant Will Be Required To Hold A Valid Dos, Issued By The Contract Security Program (csp) Within Public Services And Procurement Canada (pspc). Details Concerning The Security Requirements For This Project Are Identified In The Rfap Documents. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Proponents Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Please Note That The Preliminary Results For This Solicitation Will Be Available On Merx. Proponents Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.
Closing Soon12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Excavation
United States
Details: W912p825b0020 - Calcasieu River And Pass, Bar Channel Hopper Dredge Rental Contract No. 2-2025, Cameron Parish, Louisiana. Specification Nos. Om25126
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 Taylor H. Brandon At (504) 862-1009 (taylor.h.brandon@usace.army.mil).
Closing Date4 Dec 2026
Tender AmountRefer Documents
Municipality Of Nabas, Aklan Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Municipality Of Nabas, Through Its Local Budget Approved By The Sanggunian, Intends To Apply The Sum Of Two Million Pesos And 00/100 (p 2,000,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Of The Construction Of Nabas Playground Located At Poblacion, Nabas, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Nabas Now Invites Sealed Bids From Eligible Bidders For The Construction Of Nabas Playground Located At Poblacion, Nabas, Aklan. Bidders Should Have Successful Experience As Prime Contractor In The Project Contract (as Solo Or In Joint Venture/consortia) Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Two (2) Years With Single Works Cited To Be At Least Fifty Percent (50%) Of Value Of Estimated Contract Cost Of Works Under Bid And Have An Annual Turnover From All Works Averaged Over The Last Three (2) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Subject To Exceptions Stated In This Bidding Document, Only Bids From Bidders Who Pass An Eligibility Check Will Be Accepted. The Bidder Who Passed The Technical Requirements And Complied With The Required Performance Specifications And Parameters Will Be Considered For The Financial Evaluation. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post- Qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Is Determined As Such During Post-qualification. 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 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Municipality Of Nabas, Aklan And Inspect The Bid Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bid Documents In English May Be Purchased By Interested Bidders On January 23, 2025 To February 11, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of P 5,000.00. 5. The Municipality Of Nabas Will Hold A Pre-bid Conference Open To All Interested Bidders On January 30, 2025 At 2:00 Pm, At The Conference Room, Office Of The Mayor, Municipal Hall, Poblacion, Nabas, Aklan. 6. Interested Bidders Must Submit Their Bids At The Address Below On Or Before 2:00 Pm Of February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Prescribed. Bid Opening Shall Be At 2:00 Pm February 11, 2025. 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. 7. The Bidder Shall Be Responsible To Download From The Gppb Website All Other Parts Of The Standard Bid Documents For Infrastructure/goods 4th Edition December 2010. 8. The Municipality Of Nabas, Aklan 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. 9. All Bidders Shall Be Registered With The Lgu Per Article W, Section 3w.01 Item (3) Letter (g) Of The Nabas Revenue Code As Amended 2009 With An Annual Registration Fee Of Five Hundred Pesos 00/100 (p 500.00). 10. All Winning Bidders Who Will Be Awarded With Contracts By This Lgu Shall Pay A Contractor’s Tax As Per Article A Section 2a.01 Item (e) Of The Nabas Revenue Code As Amended 2009. 11. For Further Information, Please Refer To: Ray Niño Ii C. Gonzales Computer Operator I/ Bac Secretariat Lgu-nabas, Poblacion, Nabas, Aklan 5607 Telno.036-289-1298 Baclgunabas@gmail.com (sgd.) Johann Ken V. Juguan Bac Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
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
PUBLIC BUILDINGS SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Solicitation 47pf0025r0003, Provide "elevator Maintenance Services" At The Following Four Locations:
location #1: Diana E. Murphy U.s. Courthouse, Minneapolis, Mn
location #2: Warren E. Burger Federal Building & U.s. Courthouse, St. Paul, Mn
location #3: Paul D. Wellstone Federal Building, Minneapolis, Mn
location #4: Edward J. Devitt U.s. Courthouse, Fergus Falls, Mn
project Summary Description: This Project Is For A Firm Fixed-price Contract. This Procurement Will Be Solicited On A Full And Open Unrestricted Basis. The Work Of This Project Is Defined By The Contract Documents. This Project Includes, But Is Not Limited To, Providing Performance Based Elevator Maintenance Service To Ensure The Safety Of The Building Elevators And To Maintain The Building Assets. The Contractor Will Provide All Management, Supervision, Labor, Materials, Supplies, Repair Parts, Tools, And Shall Plan, Schedule, Coordinate And Ensure Effective And Economical Completion Of All Work And Services Specified. All Elevator Equipment Shall Be Operated And/or Maintained At The Highest Levels Of Efficiency Compatible With The Current Energy Conservation Requirements, Nationally Recognized Codes, And Standards, And Maintained At An Acceptable Level, Throughout The Contract Performance Period. The Contractor Shall Be Responsible For Performing All Work Under This Contract In Accordance With All Federal, State, County, City Laws And Codes, And Follow The More Stringent Of Them. In Addition To Compliance With These Laws, The Contractor Shall Follow All Applicable Standard Industry Practices Including, But Not Limited To: Occupational Safety And Health Act (osha).
no Public Bid Opening Procedures Are Applicable For This Solicitation.
after Award, The Successful Offeror Will Be Given A Written Notice To Proceed, And Shall Provide Contractual Services For A One Year Period Commencing On The Day Specified In The Notice To Proceed. Work Under This Contract Is Expected To Commence On Or About June 1, 2025. The Government Shall Have The Unilateral Option Of Extending The Term Of This Contract For 4 Consecutive Additional Periods Of 1 Year Each With The Option For An Additional 6 Months. This Procurement Is Open To All Business Concerns. Woman Owned, Veteran Owned, Service Disabled Veteran Owned, Hubzone And Small Disadvantaged Businesses Are Encouraged To Submit An Offer. The North American Industry Classification System (naics) Code Is 238290 With A Size Standard Of $22 Million. This Is A Negotiated Procurement. Best Value Method Will Be Used To Determine Awardee. Evaluation Factors Will Consist Of Past Performance And Total Evaluated Price.
the Solicitation Cited Above Can Only Be Obtained By Accessing A Secure Website Known As Sam.gov. Sam Is A Secure Website Designed To Safeguard Sensitive But Unclassified (sbu) Acquisition Information. It Is Available For Use By All Federal Agencies. In Order To Obtain Information From Sam.gov, You Will First Be Required To Register. All Government Contractors Must Be Registered Prior To Submitting An Offer. No Federal Materials Can Be Downloaded Until You Have Registered Under This Site. You May Access Sam Via The Following Url Https://www.sam.gov.
potential Offerors Will Be Responsible For Downloading The Solicitation And Monitoring The Sam Website For Amendment(s), If Any, To The Solicitation. Offer Due Date And Time For Receipt Of Proposals Will Be Posted In The Solicitation. All Offers And Requests Must Be Submitted To General Services Administration, Public Buildings Service, Acquisition Management Division, Attn: Donald Mcfall, Donald.mcfall@gsa.gov And Sarah Jayjack, Sarah.jayjack@gsa.gov.
any Questions Regarding This Notification Should Be Directed To The Contract Specialist, Donald Mcfall, Donald.mcfall@gsa.gov.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Description: This Is A Solicitation For Uninterruptible Power Supply (ups) Preventative Maintenance (pm) And Repair To One Location At The Installation Per The Performance Statement Of Work Minimum Requirements. Pm's Will Be Done On A Quarterly Basis For A Period Of Performance Of 12-month Base And 2-year Options. Service To Be Done In Building 49 For Apc (brand: Symmetra) Model # Syiof500kmbr Serial # Qd1603122220 And All Related Ancillary Equipment. Service To Start On Or Around 1 April 2025. It Will Be Conducted Using Simplified Acquisition Procedures In Accordance With Far Part 12.6 And 13.5, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested; See Attachment For More.
performance To Begin Approximately, On Or Around 1 April 2025. This Procurement Is Being Solicited As Unrestricted. The North American Industrial Classification Code (naics) Is 811310. The Related Small Business Size Standard Is $12.5m. All Responsible Sources May Submit A Quote, Which Shall Be Considered. In Accordance With Far 5.102(d), Availability Of This Solicitation Will Be Limited To The Electronic Medium. All Contractual And Technical Questions Must Be Submitted In Writing And May Be Emailed, Attn: Heidi Young Where The Answer Will Be Posted To Contract Opportunities Via Sam.gov. Questions Must Be Received No Later Than 7 Days Prior To The Closing Of This Solicitation. Questions Received After This Date May Be Considered Untimely And May Not Be Answered. No Telephone Questions Will Be Accepted. Notification Of Any Postponements And Any Amendments To This Solicitation Will Only Be Posted On This Website. It Is The Sole Responsibility Of The Offeror To Continually View This Website For Any Amendments Made To This Solicitation. Please Use The Attachments To Be Able To Submit Your Quote. Please See The Attached Sf1449 Addendum To 52.212-1 Instructions To Offerors For Further Submission Requirements.
questions Can Be Submitted To The Contract Specialist On The Notification.
Closing Date25 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Nsn 7h-5855-015582849, Tdp Ver 010, Qty 28 Ea, Delivery Fob Origin. This Part Must Be Acquired From/repaired By A Source(s) Specified On A Source Control Or Selected Item Drawings As Defined By The Current Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing/repair Knowledge Are Not Available To Permit Acquisition From/repair By Other Sources, Nor Qualify Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Select Items Shall Have An Adequate Technical Data Package, Data Review Disclosures That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Econmoically Obtained. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single 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 Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document 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, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date 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. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. All Firms Should Include Their Cage Code On Solicitation Requests.
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Nsn 7h-5985-012481159, Tdp Ver 001, Ref Nr 6166846, Qty 5 Ea, Delivery Fob Origin. The Data Needed To Acquire/repair This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possible To Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single 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 Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document 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, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date 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. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date21 Apr 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
9311-9320 of 10000 active Tenders