Global Government Tenders, Bids, RFP & Procurement Notices
Access Millions of Global Tenders, RFX, EOI and Bid Notices.
Discover relevant tenders faster with advanced filters? Advance Search
Tenders By Category
Explore tender opportunities categorized by industry, services, and sectors for faster discovery.
Latest Global Tenders
1.1M Verified & Live Tender Opportunities
Medical Gloves For Fire Department
- 20 May 2026
- 140583512
- Refer Document
Warehouse Renovation Turn-Key Sprinkle System
- 02 Jun 2026
- 140583511
- Refer Document
Marine Corps Logistics Command (MARGORLOGOM) Contracts Department in Albany, GA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for purchase of a Reverses Osmosis Water System The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 06 May 2026
- 140583510
- Refer Document
115th CIVIL ENGINEERING SQUADRON HIGH SPEED ROLL OVER (HSRO) BAK-14 ARRESTING CABLE BARRIER ARMS PSC Code: 1710 - Aircraft Launching, Landing, and Ground Handling Equipment NAICS Code: 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing Contact: 115th Fighter Wing, 3110 Mitchell Street, Madison, WI 53704, POC: Lt Col Dave Mattila Synopsis: HSRO BAK-14 ARRESTING CABLE BARRIER ARMS The purpose of this synopsis is to gain knowledge of potential sources for this procurement including interested Small Business sources. This notice is for planning purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. All interested parties should respond. The 115th Fighter Wing has a requirement to upgrade the existing BAK-14 barrier arms with components that will reduce the frequency of failure currently being experienced. The requirement will be for 48 High Speed Roll Over (HSRO) units assemblies to replace all the existing barrier arms on both runway 3/21 and runway 18/36, as well as additional spares, located at Truax Field, Madison, WI. Any interested concern(s) will provide this office, in writing, with a notice stating it-s positive intent to submit a quote as a prime contractor no later than the date indicated on this notice. This notification, which shall not exceed three typewritten pages, must include ALL of the following: (1) Positive statement of intent to bid as a prime contractor (2) A completed and signed Sources Sought Information Request Form (3) Confirmation of contractor-s ability to meet Nonmanufacturer Rules of RFO FAR 52.219-33 (4) Information showing that your proposed product meets minimum requirements of Purchase Description *** IF ALL ITEMS ARE NOT PRESENT IN THE RESPONSE, IT WILL RESULT IN THE RESPONSE BEING CONSIDERED TO BE NONRESPONSIVE AND THEREFORE NOT BE COUNTED AS A POTENTIAL SOURCE. *** I...
- 18 May 2026
- 140583509
- Refer Document
This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining the category of Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 561210, Facilities Support Services, which has a corresponding Size Standard of $47 Million dollars. The 125 Fighter Wing is seeking sources to perform range repair and systems upgrade to provide a complete, operational upgrade to an existing modular small arms range, including mechanical, electrical, control systems, and associated facility improvements. Responses to this sources sought notice must be submitted electronically (via email). Please return the attached Sources Sought Cover Sheet with your email response. A contractor-s response to this Sources Sought shall be limited to the information sheet and five (5) additional pages of information for past performance or experience which may help in market research for industry capacity and shall include the following information: 1. Contractor-s name, address, point of contact, phone number, email address and CAGE code. 2. Contractor-s small business category and business size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service- Disabled Veteran-Owned Small business(SDVOSB). 3. Provide a maximum of two examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, contract number, and the dollar value. Projects considered similar in scope to this project include a variety of field support requirements for the same projects simultaneously. 4. Provide additional relevant information on the contractor-...
- 08 May 2026
- 140583508
- Refer Document
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. This notice is issued in accordance with FAR Part 10, Market Research, to assist the Government in determining an appropriate acquisition strategy, including potential small business set aside considerations. Responses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The Government is specifically seeking firms with demonstrated experience in large power transformer refurbishment and hydroelectric or utility infrastructure projects of similar size, scope, and complexity. The North American Industrial Classification Code (NAICS) for this requirement is: 335311 - Power, Distribution, and Specialty Transformer Manufacturing The related size standard is: 800 employees. Formal Sources Sought Response Due - 18 MAY 2026 at 3:00 pm PDT. 2. Project Background. The U.S. Army Corps of Engineers (USACE), Portland District, is conducting market research to identify capable contractors for the inspection, repair, refurbishment, testing, and commissioning of Generator Step-Up (GSU) transformers at The Dalles Dam in The Dalles, Oreg...
- 18 May 2026
- 140583507
- Refer Document
Description: This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. Items below subject to change. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract (DBB), to expand emergency power to HVAC systems at the Carl T. Hayden Medical Center, Phoenix VA Hospital in AZ Project Scope: This project provides 100% emergency backup power to operate all components of the VA-s HVAC system in the event of a power outage. Additionally, emergency power shall be used for the heating and cooling systems of the outpatient clinics and administration areas. Scopes include, but are not limited to the following: -Provide back-up generator power to the campus, automatic transfer switch (ATS), and paralleling switchgear at the 12,470 Volt, main power distribution to the hospital -Place HVAC equipment on the Emergency Equipment power branch as required by code -Remove and strengthen the walls to make them blast resistant against a GP2 blast load at a W2 design level threat -Perform selective demolition as required to support new work -Ensure all systems and structural upgrades fit within existing space constraints The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement. The estimated construction price range for this project is between $5M and $10M. The total contract performance period is anticipated to...
- 22 May 2026
- 140583506
- Refer Document
SEE ATTACHED SOLICITATION
- 14 May 2026
- 140583505
- Refer Document
Contract Delivery Service (CDS) Contract Available: HCR 935C1 PALMDALE, CA to H001, CA SOLICITATION CLOSES MAY 18, 2026, AT 10:00 AM MOUNTAIN TIME Effective date of service is 10/01/2026. Solicitation Details and Proposal Submission Package are attached. See the Terms and Conditions for Instructions to Offerors. The Terms and Conditions and the Statement of Work are located in the Solicitation Details attachment. Complete and return the documents in the Proposal Submission Package to submit your proposal. Send the completed Proposal Submission Package documents to amy.warnecke@usps.gov. If you need to fax them, please use 651-456-6819. Thank you. Amy Warnecke, Contract Delivery Service Office, USPS Department email: CDS@usps.gov
- 18 May 2026
- 140583504
- Refer Document
SEE ATTACHED SOLICITATION
- 29 May 2026
- 140583503
- Refer Document







