Advertisement Tenders
Advertisement Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice
For
hatteras Ferry-rollinson Channel And Big Foot Slough Channel-silver Lake Harbor
2025 Subsurface Investigation And Geotechnical Laboratory Testing
Dare And Hyde Counties, North Carolina
this Is A Sources Sought/request For Information Only. This Is Not A Solicitation Announcement, Nor Is It A Request For Proposal. This Request Does Not Obligate The Government In Any Contract Award.
the U.s. Army Corps Of Engineers, Wilmington District, Is Conducting Research To Determine The Market Capabilities Of Potential Contractors To Perform Subsurface Investigation And Geotechnical Laboratory Testing For The Government.
description Of Work:
the Contractor Shall Furnish All Services, Labor, Equipment, Supplies, Tools And Incidentals Necessary To Perform Vibracore Sampling, Development Of Drilling Logs, Laboratory Testing Of Soils, And Other Services As Specified Herein. A Total Of 71 X Vibracores Are To Be Drilled For Two Navigation Channel Projects, Hatteras Ferry-rollinson Channel Located In Dare County, Nc And Big Foot Slough-silver Lake Harbor In Hyde County, Nc.
a Total Of 36 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Hatteras Ferry Channel And Rollinson Channel (figures 1, 3, And 4). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
a Total Of 35 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Silver Lake Harbor And Big Foot Slough Channel (figures 2, 5, And 6). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
the Vibracores Shall Be Drilled In 10- And 20-foot Lengths. The Maximum Project Depth For The Proposed Navigation Corridors Is -14 Feet Mllw. If The Vibracores Penetrate Deeper Than -14 Mllw, The Cored Sediments Will Still Be Visually Classified, Photographed, And May Be Tested. The Results From This Subsurface Investigation Will Be Utilized To Identify The Material Characteristics To Gain Environmental Clearance For Modification Of The Navigation Corridor. Characterization Of The Shoals Is Required To Identify The Most Appropriate Dredged Material Disposal Strategy
all Interested Firms With Naics 541360 – Geophysical Surveying And Mapping Services, As An Approved Naics Code Have Until 19 February 2025 At 1500 Est To Submit The Following Information:
general Information:
name & Address Of Your Firm
point Of Contact (name/phone/e-mail)
sam Unique Entity Id. (the Unique Entity Id Is A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov)
business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business.
note: Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. The Government Must Be Able To Verify Sba Certification Of Hubzone And 8(a) Via Sam, And Va Certification Of Vosb And Sdvosb’s Through The Vendor Information Pages At Https://vip.vetbiz.va.gov.
please Submit Your Interest And Capability To Perform Subsurface Investigation And Geotechnical Laboratory Testing.
3. Information On Teaming Arrangement (if Applicable). Although We Are Not Looking For Formal Signed Agreements At This Time, If You Intend To "team" With Another Firm, Formally Or Informally, You Must Submit Information, Not More, Than One (1) Page, About Your Team's Involvement. More Specifically, You Must Submit Sufficient Information For The Government To Determine The Roles Each Team Member Will Play And What Your Socio-economic Status Is Or Will Be Considering The Proposed Arrangement. Therefore, Included In Your One (1) Page If You Are A Small Business And You Intend To Mentor/protégé And/or Jv With A Large Business, Both Team Members Must Sign Agreeing That 40% Of The Labor Will Be Performed By The 8(a) Firm. Additionally, If The Team Is A Mentor/protégé Arrangement, Identify The Areas That Will Be Mentored. Any Supporting Documentation That Confirms Your Socio-economic Status As A Team Should Be Provided.
note: The Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such.
4. Evidence Of Capabilities To Perform Comparable Work. Provide Project Info On A Minimum Of Two And No More Than 5 Projects That Demonstrate The Firm's Experience On Projects That Are Substantially Complete Or Completed Within The Last Seven (7) Years Which Are Similar To The Project In Size, Scope And Complexity. For Each Project Include:
project Name And Contract Number.
customer.
summary Description Of The Key Elements/salient Work Features Of The Project.
your Company's Level Of Involvement In The Project, I.e., Subcontractor (type), Prime, Gc, Etc. And Your Specific Role.
location Where The Work/project Was Completed.
contract Amount.
brief Description Of How The Experience Relates To The General Work Description In This Notice.
do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous Sources Sought Postings Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Is Still Necessary For You To Respond To This Posting. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partner.
to Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointment For Presentations Will Be Made.
all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
email The Requested Information, With Delivery And Read Receipt Requested To:
sonny Smith At Sonny.z.smith@usace.army.mil
rosalind M. Shoemaker At Rosalind.m.shoemaker@usace.army.mil
the Email Should Be Titled: W912pm25qa001 – Subsurface Investigation And Geotechnical Laboratory Testing - [insert Company’s Name]
if You Have Questions, Please Contact Ros Shoemaker At Rosalind.m.shoemaker@usace.army.mil
Closing Date19 Feb 2025
Tender AmountRefer Documents
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
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 Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125.
project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda.
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 As Either 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. 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 March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 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.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, 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.
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.
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, 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 Point Of Contact Listed Below By February 13, 2025 At 1:00 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:
thomas Council
contract Specialist
thomas.council@va.gov
Closing Date13 Feb 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
City Of Cape Town Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500585 Title Fluke 376 Fc - New Description 3 Each X Fluke 376 Fc - New 1 Each X Fluke 376 Fc - Replacement Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # 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 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Fluke 376 Fc 1000am Trms Clamp + 1 Flex 18" Or Equivalent Maximum Voltage Between Any Terminal And Earth Ground 1000 V Battery Type 2 Aa Alkaline Batteries, Neda 15a, Iec Lr6 Temperature Operating -10 °c To +50 °c (14 °f To + 122 °f) Storage -40 °c To +60 °c (-40 °f To + 140 °f) Operating Humidity Non Condensing (<(><<)> 10 °c (50 °f)), =90 % Rh (at 10 °c To 30 °c (50 °f To 86 °f)), =75 % Rh (at 30 °c To 40 °c (86 °f To 104 °f)), =45 % Rh (at 40 °c To 50 °c (104 °f To 122 °f)) Altitude Operating 3,000 M (9,842 Ft) Storage 12,000 M (39,370 Ft) Dimensions 24.9 Cm (9.8 In) X 8.5 Cm (3.3 In) X 4.5 Cm (1.7 In) Weight 395 G (13.9 Oz) Jaw Opening 34 Mm (1.3 In) Flexible Current Probe Diameter 7.5 Mm (.29 In) Flexible Current Probe Cable Length (head To Electronics Connector) 1.8 M (70.8 In) Safety Iec 61010-1, Pollution Degree 2 Iec 61010-2-032 Cat Iii 1000 V / Cat Iv 600 V Iec 61010-2-033 Cat Iii 1000 V / Cat Iv 600 V Ip Rating Iec 60529 Ip30, Non-operating Radio Frequency Certification Fcc Id T68-fble Ic 6627a-fbl Contact Person Algernon Clayton 021 444 1885 / Algernon.clayton@capetown.gov.za * Fluke 376 Fc 1000am Trms Clamp + 1 Flex 18" Or Equivalent Maximum Voltage Between Any Terminal And Earth Ground 1000 V Battery Type 2 Aa Alkaline Batteries, Neda 15a, Iec Lr6 Temperature Operating -10 °c To +50 °c (14 °f To + 122 °f) Storage -40 °c To +60 °c (-40 °f To + 140 °f) Operating Humidity Non Condensing (<(><<)> 10 °c (50 °f)), =90 % Rh (at 10 °c To 30 °c (50 °f To 86 °f)), =75 % Rh (at 30 °c To 40 °c (86 °f To 104 °f)), =45 % Rh (at 40 °c To 50 °c (104 °f To 122 °f)) Altitude Operating 3,000 M (9,842 Ft) Storage 12,000 M (39,370 Ft) Dimensions 24.9 Cm (9.8 In) X 8.5 Cm (3.3 In) X 4.5 Cm (1.7 In) Weight 395 G (13.9 Oz) Jaw Opening 34 Mm (1.3 In) Flexible Current Probe Diameter 7.5 Mm (.29 In) Flexible Current Probe Cable Length (head To Electronics Connector) 1.8 M (70.8 In) Safety Iec 61010-1, Pollution Degree 2 Iec 61010-2-032 Cat Iii 1000 V / Cat Iv 600 V Iec 61010-2-033 Cat Iii 1000 V / Cat Iv 600 V Ip Rating Iec 60529 Ip30, Non-operating Radio Frequency Certification Fcc Id T68-fble Ic 6627a-fbl Contact Person Algernon Clayton 021 444 1885 / Algernon.clayton@capetown.gov.za Delivery Date2025/02/28 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Generic Plant, Cape Town Contact Personalgernon Clayton Telephone Number0214441885 Cell Number Closing Date2025/02/14 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. 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 Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
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 334515, And Psc Code 5840.
****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 Viasat, Inc., 1725 Breckinridge Plz, Duluth, Georgia 30096-8982.
the Contractor Shall Provide:
one (1) 4100+ Antenna Control Unit.
please See Attached Statement Of Work For Specifications.
the Anticipated Delivery Is On Or Before Twenty-six (26) Weeks After Receipt Of The Order (aro).
delivery Address:
naval Air Warfare Center Aircraft Division - Atlantic Test Range
attn: Ron Swann / Tim Sartori
23013 Cedar Point Rd., Bldg 2118
patuxent River, Md 20670
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.mil.
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 Date18 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500424 Title Clothing & Footwear Description 1 Pair X Bova Hamburg Safety Shoe Size 6 1 Pair X Bova Hamburg Safety Shoe Size 7 2 Pair X Bova Hamburg Safety Shoe Size 8 1 Pair X Bova Hamburg Safety Shoe Size 9 Specification* Ref Ga12500424 Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #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: 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 Delivery Date2025/02/28 Delivery Toelectricity - Bloemhof Materials Store / Ph: 444 1859 Delivery Address1 Bloemhof Road, Bellville Contact Personreanette Geswind Telephone Number0214448474 Cell Number Closing Date2025/02/18 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 Date18 Feb 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 Barangay Hall Brgy. Danao, Taft, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million One Hundred Thousand Pesos Only (php1,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-090 Construction Of Barangay Hal, Brgy. Danao, Taft, 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/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (2.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 900 – Structural Concrete (3.56 Cu.m.), Item No. 902(1) – Reinforcing Steel (deformed) (992.44 Kg), Item No. 903(2) – Formworks And Falseworks (42.00 Sq.m.), Item No. 1046 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (91.87 Sq.m.), Item No. 1018(1) – Glazed Tiles And Trims (40.60 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (183.74 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (1.89 Sq.m.), Item No. 1008 – Aluminum Glass Window (sliding/casement/awning/fixed Type) (8.64 Sq.m.), Item No. 1003(1) – 4.5mm Fiber Cement Board On Metal Frame Ceiling (40.60 Sq.m.), Item No. Spcl-1 – Electrical Works (1.00 L.s.), Item No. 1032(1)a – Painting Works (masonry Painting) (183.74 Sq.m.), Item No. 1047(2)b – Structural Steel Roof Truss (821.06 Kg), Item No. 1047(2)c – Structural Purlins (384.34 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (527.51 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (anchor Bolts) (32.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (2.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (2.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (40.89 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (25.60 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (66.32 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (11.70 M), Completion Of The Works Is Required Within 70 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 Three Thousand Pesos Only (php3,000.00). 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 February 03, 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 17, 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 Date17 Feb 2025
Tender AmountPHP 1.1 Million (USD 19 K)
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
5631-5640 of 5786 archived Tenders