Advertisement Tenders

Advertisement Tenders

City Of Cape Town Tender

Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
South Africa
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wf12500075 Title Supply Parts Description 1 Each X Cct33520 7 Core Wire Roll 1 Each X Cct33520 Female Trailer Plug 1 Each X Cct33520 Insulation Tape 1 Each X Cct34056 Sump Plug Washer 1 Each X Cct34056 26" Wiper Blade 1 Each X Cct34056 Oil Filter Claw Tool 2 Each X Cct34056 H4 12v Bulbs 1 Each X Cct34056 Side Shaft Seals 2 Each X Cct34056 Cr2032 Remote Batteries Specification* Reg/type/make/model Cct33520 Toyota Hilux 2.4 Bj 17sp Vin Ahtkb8cd102963836 Quotation N/a Mileage No Mileage Notification 902179137 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 Cct33520 Toyota Hilux 2.4 Bj 17sp Vin Ahtkb8cd102963836 Quotation N/a Mileage No Mileage Notification 902179137 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 Cct33520 Toyota Hilux 2.4 Bj 17sp Vin Ahtkb8cd102963836 Quotation N/a Mileage No Mileage Notification 902179137 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Cct34056 Toyota Etios 1.5 Al 2018 Vin Mbjb29bt600122384 Quotation Mileage No Mileage Notification 902177809 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 Date2025/02/14 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.

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500144 Title Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Description 1 Each X Cct34568-bonnet Catch Micro Switch 1 Each X Cct34568-bonnet Catch 1 Each X Cct34568-cable Front Section 1 Each X Cct34568-bonnet Cable Rear Section 1 Each X Cct34568-bonnet Leaver Specification* Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Notes For Spec To Be Inserted On Req. Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Please Note That The Parts Required Is Numbered As Follow On Picture. 17. Bonnet Catch/micro Switch (complete) 22. Cable 27. Cable 26. Lever * Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Notes For Spec To Be Inserted On Req. Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Please Note That The Parts Required Is Numbered As Follow On Picture. 17. Bonnet Catch/micro Switch (complete) 22. Cable 27. Cable 26. Lever * Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Notes For Spec To Be Inserted On Req. Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Please Note That The Parts Required Is Numbered As Follow On Picture. 17. Bonnet Catch/micro Switch (complete) 22. Cable 27. Cable 26. Lever * Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Notes For Spec To Be Inserted On Req. Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Please Note That The Parts Required Is Numbered As Follow On Picture. 17. Bonnet Catch/micro Switch (complete) 22. Cable 27. Cable 26. Lever * Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Notes For Spec To Be Inserted On Req. Reg. No/type/model Cct34568 Vw Polo Vivo 1.4 Ak 2019 Vin No Wvwzzz60zlt053772 Notification 902177294 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Please Note That The Parts Required Is Numbered As Follow On Picture. 17. Bonnet Catch/micro Switch (complete) 22. Cable 27. Cable 26. Lever Delivery Date2025/03/14 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personmike Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/25 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 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.

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wg12500086 Title Supply Parts Description 1 Each X Cct34021 Wiper Blade 19" Agent Or Equiva 1 Each X Cct34021 Chassis Fuel Filter 1 Each X Cct35199 Wiper Blade 19" Agent Or Equiva 1 Each X Cct35199 Chassis Filter 1 Each X Cct33590 Chassis Filter 1 Each X Cct33590 Clutch Slave Return Spring 2 Each X Cct35665 Alternator Belts (11720) 2 Each X Cct33834 Front Wheel Bearings 2 Each X Cct33834 Hub Nuts (front) 1 Each X Cct34136 Sump Plug Washer Specification* Annual Service For Cct34021 Isuzu Npr400 4t Bn 2018 Notification 902171856 Works Order 810360270 Vin Acvnp75pcbn015080 Mileage 40 000km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct34021 Isuzu Npr400 4t Bn 2018 Notification 902171856 Works Order 810360270 Vin Acvnp75pcbn015080 Mileage 40 000km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct35199 Isuzu Npr400 4t 5.0 Bn 2020 Notification 902171857 Works Order 810360169 Vin Acvnp75pcbn037899 Mileage 31 744km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct35199 Isuzu Npr400 4t 5.0 Bn 2020 Notification 902171857 Works Order 810360169 Vin Acvnp75pcbn037899 Mileage 31 744km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct33590 Isuzu Npr400 4t Bn 2017 Notification 902171880 Works Order 810360269 Vin Admnp75pfbg820731 Mileage 62 313km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct33590 Isuzu Npr400 4t Bn 2017 Notification 902171880 Works Order 810360269 Vin Admnp75pfbg820731 Mileage 62 313km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Replace Aircon Belt For Cct35665 Nissan Np300 2.5 Bh 21sp Notification 902182569 Works Order 81399698 Vin Adncpud22zt086818 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Faulty Wheel Bearings For Cct33834 Toyota Etios 1.5 Al 2018 Notification 902177421 Works Order 81397755 Vin Mbjb29bt900119690 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Faulty Wheel Bearings For Cct33834 Toyota Etios 1.5 Al 2018 Notification 902177421 Works Order 81397755 Vin Mbjb29bt900119690 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct34136 Toyota Corolla 1.8 Am 2018 Notification 902179878 Works Order 810360683 Vin Ahtbf3je900012718 Mileage 150 000km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo Delivery Date2025/03/14 Delivery Towelile Mlobeli Hillstar Fleet Workshop Delivery Address1 Hillstar Fleet Workshop, 24 Bamboesvlei , Ottery Contact Personwelile Mlobeli Telephone Number0214445028 Cell Number0000000000 Closing Date2025/02/26 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswg1@capetown.gov.za Buyer Detailsruweida 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.

BARANGAY CANBA EZ, LA PAZ, LEYTE Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 280 K (USD 4.8 K)
Details: Description Invitation To Bid (itb) Procuring Entity : Barangay Local Government Unit Brgy.canbañez, La Paz, Leyte Title Of Project : Construction Of Tanod Outpost (phase 2) Approved Budget Of The Contract (abc) : Php 280,000.00 Area Of Delivery : Brgy. Canbañez, La Paz, Leyte Description: The Barangay Local Government Unit Of Brgy. Canbañez, La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Construction Of Tanod Outpost (phase 2) With An Approved Budget For The Contract Amounting To Two Hundred Eighty Thousand Pesos (php 280,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. B.the Following Eligibility Documents In Four (4) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 27, 2025 @5:00 Pm And Payment For The Complete Set Of Bidding Documents Shall Be Purchased By Interested Bidders From The Address Given Below And Upon Payment Of A Non-refundable Fees For The Bidding Documents In The Amount Of Five Hundred Pesos (php 500.00) Only To The Barangay Treasurer’s Office: The Following Eligibility Documents: First Envelope: Class “a” Documents Legal Documents A)dti Business Name Registration Or Sec Registration Certificate B)business License Permit/valid And Current Mayor’s Permit/municipal License; C)tax Clearance Per Executive Order 398, Series Of 2005 Technical Documents D)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; E)statement Identifying The Bidder’s Single Largest Completed Contracts (slcc) Similar To The Contract To Bid. F)latest/valid Philippine Contractors Accreditation Board (pcab) License Financial Documents G)latest Audited Financial Statement “stamped Received” By The Ir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; H)latest Quarterly Or Annual Income & Business Tax Returns; I)computation Of Net Financing Contracting Capacity (nfcc) J)valid Joint Venture Agreement In Case Of Joint Venture; K)philgeps Registration Certificate : Must Be A Platinum Registered L)bid Security In The Prescribed Form, Amount And Validity Period. M)contractor’s Organizational Chart; N)list Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Material Engineer, And Foreman), To Be Assigned To The Contract To Bid, With Their Complete Qualification And Experience Data; O)list Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability If Equipment From The Equipment Lessor/vendor For The Duration Of The Project; P)omnibus Sworn Statement •sworn Statement By Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Bidding, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; •each Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; •letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee Or Any Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. Q)construction Methods R)construction Schedule / S-curve S)manpower Schedule T)equipment Utilization Schedule U)construction Safety And Health Program V)pert/cpm Second Envelope •financial Bid Form •bill Of Quantities And The Applicable Price Schedule •detailed Estimates •cash Flow Monthly/quarterly C.bids Must Be Delivered To The Address Given Below On Or Before February 27, 2025 From 8:00 Am Until 5:00 Pm At Bac Office Through Its Secretariat. D.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In Amount Stated In Itb. E.bids Will Be Opened On February 28, 2025 @ 10:00 Am/bac Office In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. F.the Barangay Local Government Unit Of Brgy. Canbañez, 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 : February 20 – 27, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : February 20 – 27, 2025 @ 5:00 Pm 3.issuance And Availability Of Bidding Docs. : February 20 – 27, 2025 @ 5:00 Pm 4.pre-bid Conference : N/a 5.deadline Of Submission Of Bids : February 27, 2025 @ 5:00 Pm @ Bac Office 6.opening Of Bids : February 28, 2025 @ 10:00 Am @ Bac Office Created By: Aizel G. Bederio Bac Secretariat (sgd.) Maylene A. Andrade Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
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.

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Closing Date28 Jan 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
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

City Of Cape Town Tender

Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
South Africa
Closing Date11 Feb 2025
Tender AmountRefer Documents 
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.

City Of Cape Town Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
South Africa
Closing Date14 Feb 2025
Tender AmountRefer Documents 
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.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
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/.
7671-7680 of 7919 archived Tenders