Advertisement Tenders

Advertisement Tenders

City Of Cape Town Tender

Electronics Equipment...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500367 Title Action Body Camera Incl Sd Card Description 13 Each X Action Body Camera Incl Sd Card 1 Each X Action Body Camera Incl Sd Card 21 Each X Action Body Camera Incl Sd Card 9 Each X Action Body Camera Incl Sd Card 2 Each X Action Body Camera Incl Sd Card 19 Each X Action Body Camera Incl Sd Card Specification* Refer To Gk12500367 Action Body Cameras Sd Cards To Be Included Specification For Sd Card 16 Gb Microsdhc Card With Adapter Capacity-16gb Read Speed -80 Mb/s Protection Features-shock Resistant | Temperature Proof | Waterproof Internal Memory Type-uhs-i Speed Class Rating-class 10 Quantity Per Pack-1 Pc(s) Storage Temperature (t-t)--40 85 °c Item Depth (mm)-14.99 Item Height (mm)-1.02 Item Width (mm)-10.92 Weight (kg) 0.00454 For Use By Neighbourhood Watches During Foot Or Bicycle Patrol Specifications Hd Video Recorder 2 Inch Lcd Display Records With Sound Rechargeable Battery (built-in) Casing Included Suction Mount And Strap Included Handlebar Mount Included Contact Person Charl Viljoen 021 931 0866 083 568 6760 Delivery Address Old Dart Club Parow Valley Off Duncan Road Next To Parow-valley Swimming Pool * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Cameras Sd Cards To Be Included Specification For Sd Card 16 Gb Microsdhc Card With Adapter Capacity-16gb Read Speed -80 Mb/s Protection Features-shock Resistant | Temperature Proof | Waterproof Internal Memory Type-uhs-i Speed Class Rating-class 10 Quantity Per Pack-1 Pc(s) Storage Temperature (t-t)--40 85 °c Item Depth (mm)-14.99 Item Height (mm)-1.02 Item Width (mm)-10.92 Weight (kg) 0.00454 For Use By Neighbourhood Watches During Foot Or Bicycle Patrol Specifications Hd Video Recorder 2 Inch Lcd Display Records With Sound Rechargeable Battery (built-in) Casing Included Suction Mount And Strap Included Handlebar Mount Included Contact Person Charl Viljoen 021 931 0866 083 568 6760 Delivery Address Old Dart Club Parow Valley Off Duncan Road Next To Parow-valley Swimming Pool 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 The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** If There Is No Sample Pictures And Specifications Your Quotation Will Be Disregarded As Non-responsive. Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, 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. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/02/27 Delivery Tosupport Services Suse Delivery Address00 Old Dart Club Parow Valley, Parrow Contact Personcharl Viljoen Telephone Number0219310866 Cell Number Closing Date2025/01/24 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need 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 Date24 Jan 2025
Tender AmountRefer Documents 

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 Phase-2, Sitio Salvacion, Brgy. Biga, Giporlos, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Eight Hundred Forty Three Thousand Five Hundred Eighteen Pesos & 48/100 Only (php3,843,518.48) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-021 Construction Of Multi-purpose Building Phase-2, Sitio Salvacion, Brgy. Biga, Giporlos, 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 (3.98 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 1047(2)a – Structural Steel Truss (10,299.14 Kg), Item No. 1047(2)b – Structural Steel Purlins (3,496.64 Kg), Item No. 1047(6) – Metal Structure Accessories (steel Plates) (870.27 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (348.00 Pc), Item No. 1047(4) – Metal Structure Accessories (cross Bracing) (340.85 Kg), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014(1)b1 – Prepainted Metal Sheets, Long Span (540.40 Sq. M.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (28.00 Li. M.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (38.60 Li. M.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (56.00 Li. M.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (90.43 Sq. M.), Item No. 1032(1)c1 – Painting Works (metal Painting) (766.96 Sq.m.), Item No. 1001(1)a3 – Pvc Pipes & Fittings (100mm Φ) S1000 (54.48 Li. M.), Item No. Spl-1 – Steel Frame Tapping Board With Accessories (complete Set) (2.00 Set), 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 14, 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 January 27, 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 Date27 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.5 K)

Manila International Airport Authority Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Sir/madam: Please Submit Your Lowest Price Quotation (including Taxes And Government Discounts) On Charged Account Basis, On The Following Supplies/materials/ Equipment Or Labor For The Account And Official Use Of The Authority. This Request For Quotation Or Your Formal Bid Proposal May Be Submitted Through E-mail At Procmiaa@gmail.com (see Note #1 For Details) Or Personally Submitted On A Sealed Envelope Stating The Company Name/address And Project Title With R.i.s. # Thru The Bid Drop Box At The Office Of The Procurement Division On Or Before February 19, 2025 @ 2:00 Pm. Please Synchronize Your Time With The Philippine Standard Time (pst) At Www.pagasa.dost.gov.ph Thank You. Benjamin T. Manalili Iii Oic, Procurement Division Notes: 1. Quotations May Be Submitted Either Typewritten (preferred) Or Handwritten. For Quotations Sent Thru E-mail, The File Must Be On A Compressed Folder (in .zip File Format) Which Shall Be Password-protected. The Password For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Thru E-mail. 2. Alternative Bids/a Bid With Options Shall Be Rejected. 3. Request For Quotation Can Be Obtained From The Office Of Procurement Division On February 14-19, 2025. 4. Warranty Shall Be For A Period Of Three (3) Months, Which Shall Commence After The Final Acceptance Of The End-user. 5. Price Validity Shall Be For A Period Of 120 Calendar Days From Opening Of Bid. 6. Submit Sample/s And Brochure/s, If Applicable, Showing Specifications Of Product Being Offered. Likewise State The Brand In The Rfq Or Bid Proposal. 7. If Awarded, The Bidder Shall Submit The Required Registration Documents. Item No. Qty. Unit Description Of Articles Abc/unit Unit Price Offer (brand/make/origin) 1 1 Lot Miaa Annual Report 339,360.00 I. Scope Of Services The Production Of The Report Should Deliver The Attainment Of The Objective To Include, But Not Necessarily Be Limited To The Following: A. Graphic Art & Production Services The Work Must Be In Interpretative Of The Current Filipino Taste And Culture, As Well As The Up And Coming Trends In The Global Setting Or Whichever Is Appropriate For The Year. These Services Include, But Should Not Be Limited, To: - Conceptualization, Full Content Development Including Copywriting. - Cover Design And Layout Of Inside Pages. - Presentation Of Two (2) Alternative Designs In Color Comprehensive. - Final Electronic Art Works. - Preparation Of Pre-press Mockup. - Actual Man Hours/computer Time For Lay-outing, Revisions, Alterations. - Preparation Of Final Work. - Printing Specifications And Supervisions. - Electronic File Transfer To Print Ready Materials. B. Editorial Services The Composition Of Literature Write-ups For The Inside Pages Should Be Undertaken By A Professional External Writer With Experience In Writing Annual Reports Of Airports, With The Cooperative Efforts And Supervision Of The Miaa-ppd. The Said External Writer Shall Be Approved By Miaa Upon Submission Of The Advertising/editorial Office / Agency, A Copy Of The Portfolio Of Their External Writer. Articles/items And Photographs Contributed By Miaa May Be Submitted For Editorial Editing And / Or Write Down , But Should Not Prejudice The Miaa To Include, Improve, Or Delete Such In Its Entirely In Accordance With His/her Professional Opinion And Advice., The External Writer(s) Should Exercise And Have Harmonious Rapport With The Miaa-ppd Beginning With The Conceptualization Of The Project Framework, Inclusions And Structure, As Well As Procedural Systems That May Be Adopted In The Performance Of The Contract And Its Requirement(s). C. Photography Services The Photographer Must At All Times Exercise And Have Harmonious Rapport With The Miaa-ppd And The External Writer In Order To Be Able To Interpret The Necessary Ideas. Pictures Must Express The General Concept Of The Manuscript As Well As Convey The Sophistication Of Naia’s Comfort, Safety And Efficiency. A 3-day Portrait Photography Services Must Be Made Available For The Board Of Directors And Miaa Officials As Part Of The Report. Moreover, Photography Services Shall Include Digital Retouching And Enhancing Of The Pictures. D. Print Production No. Of Pages: Maximum Of 80 Pages, Including Cover Quantity: 300 Pcs Size: Folded 8.27” X 11.69” (a4) : Spread 16.54” X 11.69” Color: Cover – Full Color @ 300ppi : Insides – Full Color @ 300 Ppi Process: Computer-to-plate, Offset Printing Binding: Perfect Binding, Soft Bound Cover: 220 Gsm + Matte + Spot Uv Lamination Envelope: Design Same As Cover Stock Materials: Inside – Matte – 90 Gsm : Type Of Paper: Subject To Approval Of Miaa-ppd E. Duration: 120 Calendar Days Ii. Eligibility Requirements The Service Provider Shall Possess Experience And Expertise In The Composition Of Write-ups, Photography, Design And Printing Of Annual Reports Of Various Government Agencies. The Service Provider Must Provide A Portfolio Of Experiences And Provide At Least Three (3) References Where The Service Provider Undertook Similar Work. Likewise, The Service Provider Should Assign Key Personnel With Expertise, Qualification, Experience And Capability In Preparing Annual Reports. Proposed Key Personnel Shall Be Included In The Proposal With Their Corresponding Qualifications. Note: 1. Total Amount Covers The Editorial, Lay-out, Photography Services And Printing Of 80 Pages (maximum) Of Miaa Annual Report. Prepared And Canvassed By : Sir: Raymond Ian Q. Conde Procurement Officer Procurement Division In Connection To The Above Request, We Hereby Submit Our Quotation As Indicated Above And That We Agree To Deliver The Items/complete The Project As Per Specifications Within 120 Calendar / Working Days Upon Receipt Of Corresponding Purchase/work Orders. Manila International Airport Authority Authorized Representative (print Name And Signature) Tel. No.: 8771-3602 Contact Numbers Date
Closing Date19 Feb 2025
Tender AmountPHP 339.3 K (USD 5.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
United States
Description: Combined Synopsis Solicitation White River Junction Vamc Mri Ats Replacement this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Solicitation Number Is 36c24125q0246 And The Solicitation Is Issued As A Request For Quotation (rfq). a Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02. this Requirement Is Being Issued As An Open Market, Veteran-owned Small Business Set-aside. The Associated Naics Code Is 335313, (switchgear And Switchboard Apparatus Manufacturing) With A Size Standard 1250 Employees. the Government Intends To Award A Firm-fixed Price Award For The Full Replacement Of The Mri Automatic Transfer Switch Located At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. the Contractor Shall Provide Full Replacement Of The Mri Automatic Transfer Switch Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details. the Place Of Delivery Is White River Junction Vamc As Described Per The Pws. provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (aug 2020); 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (jun 2020), 852.215-70 Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008), 852.273-70 Late Offers (nov 2021) provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. 52.212-3 Offer Representation And Certification-commercial Products And Commercial Services (dec 2022). submission Of Quotes: quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered. offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov. quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer. evaluation Process: award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer. vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. clause 52.212-4, Contract Terms And Conditions -- Commercial Items (dec 2022), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023), 852.203-70 Commercial Advertising (may 2018), 852.215-70 Service-disabled Veterans-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.215-71 Evaluation Factor Commitments (oct 2019), , 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020). subcontracting Commitments - Monitoring And Compliance this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Vermont Windsor County Wd #2015-4139 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62 all Contract Requirement(s) And/or Terms And Conditions Are Stated Above. the Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. rfq Responses Are Due Wednesday, 12 February 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted. the Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov price Schedule item Number description Of Supplies/services quantity unit unit Price amount base Year mri Automatic Transfer Switch Replacement 1 jb past Performance Worksheet 1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date Of Contract Award: 5. Beginning Date Of Contract: 6. Completion Date Of Contract: 7. Contract Value: 8. Type Of Contract: 9a. Technical Point Of Contact: 9b. Contracting Point Of Contact: name: name: title: title: address: address: telephone: telephone: email: email: 10. Place Of Performance: 11. Description Of Work (use A Continuation Sheet If Necessary): 12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: performance Work Statement department Of Veterans Affairs performance Work Statement project Name: Mri Ats Replacement place Of Performance: 163 Veterans Drive white River Junction Vt 05001 period Of Performance: 45 Days Aro project Scope 1. Work Is To Include Full Replacement Of The Mri Automatic Transfer Switch. Contractor Will Remove Ats #5 And Replace With Owner Furnished Larger More Capable Ats To Handle The Ups And Mri Load. The Old Ats Will Be Removed, And The Va Will Take It Away And Store It. Contractor Will Be Responsible For Installing The Necessary Pipe Wire And Any Other Materials Such As Breakers And Anything Else Needed To Install The New Ats. The Contractor Will Be Responsible For Testing And Programming As Needed To Put The New Ats In Service And Functional. Va Has Asked That Asco Be The Contractor That Is On Site To Help Do The Testing And Making Sure That Timing And Settings Are Correct Before It S Put Back Into Service. This Work Will Involve Scheduling With Htm And Radiology So That Patient Care Is Not Affected Along With Any Damages That May Accrue With The Mri Magnet. Htm Will Need To Contact Siemens To Do The Necessary Maintenance, So The Magnet Doesn T Quench. 2. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Technicians Fault Or Negligence. 3. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. 4. Existing Site Conditions. Service Will Occur Within The... The Project Will Take Place In An Occupied Healthcare Facility And The Design/build Activities Will Require The Service To Be Phased In Such A Way As To Minimize Impact To Staff And Patients. Infection Control Measures Will Be Always Required As Defined In Icra Assessment. Service Activity Will Require Constant Coordination With Va Personnel. 5. Work Shall Be Completed In Conformance With The Time Schedule Requested By The Va Contracting Officer S Representative (cor) Or Resident Engineer (re). The Contractor Is Solely Responsible For Preparing All Necessary Regulatory Notifications To Meet The Time Schedule. tasks And Requirements general Contractor Requirements the Technician Will Install And Make The Necessary Repairs To Assure That The Ats Will Function Under Normal Conditions And Work Properly When The Work Is Complete. period Of Performance [anticipated Period Of Performance Is Not Expected To Extend Construction Completion Date And Not Require An Extension To Contract Period Of Performance. Notify The Va Of Any Exceptions Before Submitting Proposal For Increase To Cost Or Changes To Project Schedule.] work Schedule 1. Normal Working Hours Are From 7:30 Am To 4:30 Pm. Can Be Flexible Upon Request. 2. Work Performed After Hours: If Necessary To Avoid Patient Care Scheduling. 3. To Maintain Schedule, Work Performed Over The Weekend, May Be Allowed. Contractor To Coordinate These Efforts With Va Cor With A Minimum 48-hour Notice. the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: privacy Statement information Security the Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date12 Feb 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 

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 

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 

Municipality Of La Paz, Leyte Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0003 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting (district Iii – Tarugan Road) Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. Tarugan, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting (district Iii – Tarugan Road) With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 15 – Feb. 4, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 15 – 22, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 22, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 23 – Feb. 4, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 23, 2025 @ 10:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 4, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 5, 2025 @ 10:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
5621-5630 of 5786 archived Tenders