Advertisement Tenders

Advertisement Tenders

Municipality Of Tublay, Benguet Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Benguet Tublay Office Of The Bids And Awards Committee 3rd Floor, Municipal Building Ii, Tublay, Benguet Invitation To Bid Project Reference No. 2025-g-37 The Lgu-tublay, Through Its Bids And Awards Committee (bac) Invites Suppliers/ Service Providers To Submit Bids For Hereunder Project: Procurement Of Drugs And Medicines To Be Utilized For Non-communicable And Communicable Disease Prevention And Control, A Joint Undertaking Women's Health And Nutrition (ajuwhan). 46 Box Salbutamol Nebule, 1mg/ml, 30 Ampoule/box 300 Box Amlodipine Tab, 5 Mg ,100/bx 300 Box Amlodipine Tab, 10 Mg,100/bx 300 Box Losartan Tab, 50 Mg, 100s/box 500 Bot Cefalexin 250mg/ 5ml, Suspension, 60 Ml 300 Bot Cefalexin Drops 500 Bot Amoxicillin 250mg/ 5ml, Suspension, 60 Ml 30 Box Cefalexin 500mg, Capsule, 100's/box 50 Box Cloxacillin 500mg, 100's/box 50 Box Cotrimoxazole 960mg, Tablet, 100's/box 500 Bot Cotrimoxazole 400mg/80mg/5 Ml, 60 Ml 300 Bot Paracetamol 250mg/5ml, Syrup 500 Bot Lagundi Syrup, 60 Ml 500 Bot Cetirizine Syrup, 5 Mg/5ml/60 Ml 500 Bot Cetirizine Oral Drops, 10 Ml 50 Box Cetirizine 10mg, Tablet 50 Box Loratadine Tab, 10 Mg 15 Bot Pnss Il, 10's/box 35 Vial Lidocaine Hydrochloride 2%, 20mg/ml, 20ml, Vial 10 Box Diphenhydramine, Ampoule, 10's/box 20 Box Diphenhydramine Capsule 50mg, 100's/box 20 Box Clindamycin 300mg, Capsule, 100's/box 30 Box Butamirate Citrate, 50mg, Tablet, 100's/box 50 Box Ibufrofen 200 Mg, 100's/box 5 Tube Hyoscine N-butylbromide, 20mg/ Ml, 10's/box 5 Box Losartan 50mg + Hydroclorothiazide Tablet, 100's/box 40 Box Acetylcysteine 600 Mg, Effervescent Tablet, 20's/box 40 Box Acetylcysteine 200 Mg, Sachet, 10's/box 20 Box Montelukast 10 Mg, Tablet, 100's/box 20 Box Montelukast 4 Mg, Tablet, 100's/box 50 Box Hypromellose Eye Drops, 10 Ml 50 Box Azithromycin 500 Mg, 30's/box 20 Box Colchicine 500 Mg, 100's/box 2 Box Prednisone 20 Mg, 100's/box 2 Box Prednisone 10 Mg, 100's/box 2 Box Prednisone 5 Mg, 100's/box 5 Vial Ceftriaxone 1g, Powder For Injection+ 10 Ml Diluent 105 Box Amoxicillin 500 Mg, 100's/box 100 Box Cefalexin 500mg, Capsule, 100's/box 5 Box Methyldopa Tablet, 250 Mg, 100s/box 200 Box Ferrous Sulphate + Folic Acid, Capsule, 100's/box 2 Box Dexamethasone 5mg/ml, 10's/box 5 Vial Magnesium Sulphate 250 Mg, Ml, 20 Ml/ Vial 10 Box Oxytocin 10 1mg/ml, 10's/ Box 50 Box Multivitamins+ Iron, Capsule, 100's/box 20 Box Phytonadione (vitamin K), 10 Mg/ 1 Ml,10'/s Box 5 Box 5% Dextrose In Lactated Ringer's Solution 1l, 10's/box 10 Vial Lidocaine Hydrochloride 2%, 20mg/ml, 20ml, Vial Note: Expiry Date Must Be 2 To 3 Years From The Date Of Delivery To The Rhu Tublay Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Total Abc: 459,540.00 Bids Received In Excess Of Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At Bid Opening. Schedule Of The Bac Activities Are As Follows: 1)advertising Period: January 22- January 29, 2025 2) Issuance Of And Availability Of Bid Documents: January 22- January 29, 2025 8:00 A.m.-5:00 P.m. At The Bids And Awards Committee Office, Tublay 3) Submission: January 30, 2025, 1 P.m.-1:30 P.m. At The Bids And Awards Committee Office, Tublay 4) Opening: January 30, 2025, 1:30 P.m. At The Multi-purpose Hall, 3rd Floor, Tublay, Benguet Lgu-tublay Reserves The Right To Reject Any Or All Bids Without Offering Any Reason, Waive Any Required Formality And Award The Contract To The Bidder Whose Proposal Is Deemed The Most Advantageous To The Government. Lgu-tublay Assumes No Obligation To Compensate Or Indemnify The Bidder For Any Expenses Or Looses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Five Hundred Pesos Only (p500.00) To The Municipal Treasury Office, Tublay, Benguet. For More Information And Details Please Contact The Following: Alex Andrew S. Yano Bac Secretariat- Head Cp No. 0919-844-4935 Office Of The Municipal Mayor/bids And Awards Committee (074) 424-1172; Bidsandawardscommitteetublay@gmail.com
Closing Date29 Jan 2025
Tender AmountPHP 459.5 K (USD 7.8 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Balocawe, Oras, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Pesos Only (php3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-044 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Balocawe, Oras, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)b – Structural Steel Roof Truss (9,306.03 Kg), Item No. 1047(2)c – Structural Purlins (2,923.03 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (372.28 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (77.94 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (77.94 M), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (44.40 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll), (22.20 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (83.36 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl-1 – Backboard Support (1.00 Lot), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 21, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 03, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date3 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Sta. Cruz, Salcedo, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Thousand Pesos Only (php3,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-053 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Sta. Cruz, Salcedo, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)a – Structural Steel Roof Truss (9,453.79 Kg), Item No. 1047(2)b – Structural Purlins (3,769.88 Kg), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Each), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (36.00 Each), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Each), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Each), Item No. 1014(1)b1 – Prepainted Metal Sheets, Long Span (534.21 Sq.m,), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (31.00 L.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (96.47 L.m.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (62.00 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (96.47 M), Item No. 1032(1)c – Painting Works (metal Painting) 844.48 Sq.m.), Item No. 1001(1)a – 50mm ₡-100mm ₡ Pvc Pipe, Series 6001 Series 1000 (48.00 M), Item No. Spl-1 – Backboard Support (1.00 Lot), Item No. Spl-2 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 100 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date7 Feb 2025
Tender AmountPHP 3.6 Million (USD 61.5 K)

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500363 Title Clothing Items : Overall Jackets Description 300 Each X Overall Jacket;cot;org;34/87cm;cct 300 Each X Overall Jacket;cot;org;38/97cm;cct 300 Each X Overall Jacket;cot;org;40/102cm;cct Specification* Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 34/87cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. 1. Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 38/97cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 40/102cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. Delivery Date2025/04/11 Delivery Tologistics - Ndabeni Store Materials Store / Ph: 444 5456 Delivery Address25 Oude Molen Road, Ndabeni Contact Personrasheed Erasmus Telephone Number0214004808 Cell Number Closing Date2025/01/28 Closing Time03:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wf12500073 Title Supply Parts Description 1 Each X Cct34764 26" Wiper Blade 2 Each X Cct34764 H7 12v Bulbs 2 Each X Cct34764 501 12v Bulbs 2 Each X Cct34764 12v Double Contact Bulbs 2 Each X Cct34764 12v Amber Light Bulb 2 Each X Cct34764 Cr2032 Remote Batteries 2 Each X Cct34764 Front Brake Discs 1 Each X Cct34764 Front Brake Pads Set 4 Each X Cct34764 Wheel Stud 4 Each X Cct34764 Wheel Nut Specification* Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34764 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt600127391 Quotation N/a Mileage 216608 Km Notification 902177804 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? Delivery Date2025/02/28 Delivery Tonathan Arendse Khayelitsha Workshop Delivery Address1 Khayelitsha Workshop, Cnr Makhebeni & Zakhele Rd Contact Personnathan Arendse Telephone Number0000000000 Cell Number0820770530 Closing Date2025/02/11 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswf1@capetown.gov.za Buyer Detailsr. Davids Buyer Phone0214444397 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 334111, And Psc Code 7j20. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Source Code, Llc., 232 Vanderbilt Avenue, Norwood, Massachusetts 02062-5046. the Contractor Shall Provide: Custom Computer Upgrades. all Systems Must Be Taa Compliant supermicro Intel I9 - 3u Rackmount Systems – Quantity 11 supermicro Intel I9 - Full Tower Desktop Systems – Quantity 10 supermicro Intel Dual Xeon – Full Tower Desktop Systems – Quantity 8 please See Attached Solicitation N0042125q0021 For Specifications. the Anticipated Delivery Is On Or Before Ninety (90) Days After Receipt Of The Order (aro). this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Fob Destination. 20670. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.milby 12:00 Pm Eastern Local Time, 3:00 Pm Eastern Local Time, Wednesday, January 15th, 2025. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Delivery Date Or Period Of Performance: invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Library And Archives Canada Tender

Electronics Equipment...+1Electrical and Electronics
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Definition Of The Requirement Background Library And Archives Canada (lac) Does Not Have The Capability To Transfer Obsolete Motion Picture Sound Formats To 35mm Polyester Optical Sound Tracks Or Broadcast Wave File Format. All Work Of This Type Has Historically Been Contracted To A Private Service Provider. This Situation Will Continue For The Foreseeable Future, As Lac Has No Current Plan To Develop The Capacity To Do This Type Of Copying As There Is A Limited Need For It. Objective: The Work Described Herein Is Being Done To Support The Conservation Activities Undertaken By Stewardship Branch, Library And Archives Canada. Without These Services, There Would Be No Conservation Copying Of Historically Significant Motion Picture Film That Requires The Creation Of Optical Sound Tracks. Scope Of Work The Contractor Is To Transfer Obsolete Motion Picture Sound Formats To 35mm Polyester Optical Sound Tracks Broadcast Wave File Format. Specifically This Includes The Transfer Of: 16mm And/or 35mm Magnetic Tracks; 16mm And/or 35mm Negative Optical Sound Tracks; 16mm And/or 35mm Positive Optical Sound Tracks; ¼” Magnetic Reels. The 35mm Formats Include Both Acetate And Nitrate Bases. Technical Specifications Broadcast Wave Files (bwf): • Are To Be Encoded Directly As Linear Pulse Code Modulated (pcm), Broadcast Wave Format (bwf) Files With A Sampling Frequency Of 96 Khz And 24 Bit Depth. • All Bwf Files Created Should Be Compliant With European Broadcasting Union (ebu) 3285. • All Recorded Tracks Must Contain A Start Time Of 1:00:00:00 In The Time Reference Field. • Checksum: Must Be Sha-1. • All Delivered Files Must Be Accompanied By A Condition Report Summary (in .pdf Or .xls Format) That Details Any Specific Condition Remarks For Each Transferred Item And Any Special Actions Taken To Facilitate Playback. • All Filenames On Delivered Files Will Adhere To An Lac Supplied Unique Numeric Identifier (idcisn #). • All Files Created During The Digitization Of An Item Must Be Stored Together In One Directory: O Parent Folder Name = “idcisn #” (ex. 467357). This Folder Contains All Associated Files ? “idcisn #”.wav (ex. 467357-001.wav, 467357-002.wav Etc.) Files Are To Be Returned To Lac On A Lac Supplied Hardware Encrypted Drive. 3. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements) Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: 2 Years Of Experience In The Last 5 Years Transferring Obsolete Motion Picture Sound From 35mm Nitrate Bases. Please Provide Supporting Documentation In The Form Of 1 Customer Reference Which Includes The Contact Name, Title, Company Name, Address, City, Province/state, Postal Code/zip Code, Phone Number And Email. 4. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Subject To The Following Trade Agreement(s) O Canadian Free Trade Agreement (cfta) O Canada-chile Free Trade Agreement (ccfta) O Canada-colombia Free Trade Agreement (ccofta) O Canada-honduras Free Trade Agreement (chfta) O Canada-korea Free Trade Agreement (ckfta) O Canada-panama Free Trade Agreement (cpafta) O Canada-peru Trade Agreement (cpfta) 5. Justification For The Pre-identified Supplier The Proposed Supplier Is The Only Laboratory In Canada That Has The Ability To Transfer Motion Picture Sound Tracks From A Nitrate Base. As Well, Transit Audio Is Able To Meet All Of Library And Archives Canada’s Other Audio Copying Needs As They Relate To Motion Picture Audio. 6. Government Contracts Regulations Exception(s) The Following Exception(s) To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6(d) - "only One Person Is Capable Of Performing The Work". 7. Exclusions And/or Limited Tendering Reasons The Following Exclusion(s) And/or Limited Tendering Reasons Are Invoked Under The (section Of The Trade Agreement(s) Specified): A. Canadian Free Trade Agreement (cfta) – Article 513.1(b) B. Canada-chile Free Trade Agreement (ccfta) – Article15.10.2.b C. Canada-colombia Free Trade Agreement – Article 1409.1.b D. Canada-honduras Free Trade Agreement – Article 17.11.2.b E. Canada-korea Free Trade Agreement – Article 22.1.3.b F. Canada-panama Free Trade Agreement – Article 16.10.1.b G. Canada-peru Free Trade Agreement (cpfta) – Article 1409.1.b 8. Ownership Of Intellectual Property Ownership Of Any Foreground Intellectual Property Arising Out Of The Proposed Contract Will Vest In The Contractor. 9. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of Three (3) Years, From April 1, 2025 To March 31, 2028 And Two (2) One-year Option Periods. 10. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $125,000.00 (gst/hst Extra). 11. Name And Address Of The Pre-identified Supplier Transit Audio Services Ltd. 457 Montrave Ave. Oshawa, Ontario L1j 4s6 Phone: 416-977-9740 Email: Transitaudio@skylightstudios.ca 12. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 13. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 21, 2025 At 2:00 Pm Edt. 14. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Anne-marie Aubry Procurement Team Leader 550 De La Cité Blvd. Gatineau, Qc J8t 0a7 Telephone: 873-353-7351 E-mail: Receptiondesoumission-bidreceiving@bac-lac.gc.ca
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: The California National Guard Intends To Issue An Invitation For Bids (ifb) To Award A Single Firm-fixed-price (ffp) Contract For Services, Non-personal, To Construct A 24,564 Sqft National Guard Vehicle Maintenance Shop At Bakersfield, Kern County, California. This Facility Is Designed To Maintain Surface Equipment To The Highest Possible Operational State Of Readiness In Support Of Training, Natural Disaster Relief, And/or Combat Operations. The Contractor Shall Provide All Plant, Labor, New And Current Material, Transportation, Tools, Equipment, Appliances, Supplies, Services, Permits, Insurance, And Supervision Necessary For Construction. The Vehicle Maintenance Shop Shall Be Of Permanent Construction In Accordance With The Project’s Plans And Specifications. The Intended Site Is Property In Possession Of The California Army National Guard And Is Adjacent To An Existing Bakersfield Army National Guard Readiness Center. Integral Characteristics/items Of The Vehicle Maintenance Shop Include Backup/emergency Generator, Paved Organizational Vehicle Parking, Controlled Waste Facility, Flammable Materials Facility, And Electric/photovoltaic Power. This Project Will Include Comprehensive Interior Design. This Facility Will Be Designed To Meet Industry Standards As Well As All Local, State, And Federal Building Codes And As Per Public Law 90-480. Construction Will Include All Utility Services, Information Systems, Fire Detection And Alarm Systems, Cranes, Roads, Walks, Curbs, Gutters, Storm Drainage, Parking Areas For Approximately 20 Privately Owned Vehicles, And Site Improvements. Facilities Will Be Designed To A Minimum Life Of 50 Years In Accordance With Dod's Unified Facilities Code (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance As Per Asa(ie&e) Sustainable Design And Development Policy Update Dec 2013. the Following Items May Be Included With The Solicitation As Additive Bid Items (abis) Or Options: provide Two-bay Fluid Distribution System. provide Three-bay Fluid Distribution System. provide 15-ton Crane Coverage. provide Vehicle Wash Rack. provide Dual-level Loading Dock. landscaping, Site & Rigid Pavement Enhancements. add Third Vehicle Maintenance Bay. there Are No Brand Name, Brand Name Or Equivalent, Or Sole Source Requirements. the Government Has Not Determined If This Project Will Be Set Aside For Small Businesses And Responses To This Posting Will Help The California National Guard To Determine If A Small Business Set Aside Is Warranted. In The Event Adequate Small Business Contractors Are Not Available For Adequate Competition For This Project, It May Be Advertised As Unrestricted. Firms Of All Sizes Are Therefore Encouraged To Provide A Response To This Notice. The North American Industry Classification System (naics) Code Is 236220, With A Small Business Size Standard Of $45,000,000. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000. the Tentative Date For Issuing The Solicitation Is On-or-about Monday, 27 January 2025 With A Tentative Date For A Pre-bidconference And Site Visit On-or-about Wednesday, 12 February 2025. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. the Bid Opening Date Is Tentatively Planned For On-or-about Wednesday, 2 April 2025. actual Dates, Times, And Locations For These Activities Will Be Identified In The Formal Solicitation. all Interested Concerns Should Provide A Written Response, Not To Exceed Five (5) Pages That Includes: a Positive Statement Of Their Intent To Submit A Proposal As A Prime Contractor. a Completed Source Sought Information Request Form (attached To This Posting; This Document Does Not Count Against The Page Limitation). a Listing Of Projects Completed During The Past Three Years, Both For Government And Private Industry. Please Include The Type Of Project, Dollar Value, Contract Number, Location, And Point Of Contact For The Owner/contracting Agency. Please Also Indicate If The Firm Was Prime Or Subcontractor. If A Subcontractor, Provide The Name And Point Of Contact For The Prime Contractor. a Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract. the Solicitation And Any Technical And/or Engineering Data For This Solicitation Will Be Distributed Using The Contract Opportunities Module Of The Sam Website. Interested Offerors Must Be Registered In The System For Award Management (sam) Website (www.sam.gov). Once Posted, The Solicitation's Technical/engineering Data May Locked/secured And Would Require Bidders To Request Explicit Access To The Solicitation From The Contracting Office.complete Instructions (to Include Training) Are Available Through The Sam Website. The California National Guard Is Unable To Provide Technical Assistance With The Site. Interested Firms/individuals Are Advised To Begin Gaining Access To Sam As Quickly As Possible. Bidders Will Be Able To Also Request Data Via Export-controlled Access Through The Defense Logistics Agency. your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded”. in Accordance With Far 36.211(b), The Following Information Is Provided: the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204. data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available But Will Be Compiled And Provided In Future Announcements. disclaimer: The Official Plans And Specifications Will Only Be Available Through The Contract Opportunities Module. The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Only Be Posted To Contract Opportunities. It Is The Bidder’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Or Emailed Copies.
Closing Date4 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description: this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors. this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: amanda Webster contract Specialist amanda.webster@va.gov secondary Point Of Contact: bridget May contracting Officer bridget.may@va.gov
Closing Date3 Feb 2025
Tender AmountRefer Documents 
4351-4360 of 4474 archived Tenders