Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Chemical Products
South Africa
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Chemicals Reference Number Gc12500360 Title Chemicals Description 1 Each X Pseudomonas Aeruginoas Atcc10145 1 Each X Klebsiella Pneumoniae Atcc13883 1 Each X Escherichia Coli Atcc25922 1 Each X Staphylococcus Aureus Atcc25923 1 Each X Enterococcus Faecalis Atcc29212 Specification* 1 X Pseudomonas Aeruginoas Atcc10145(kwikstik 6-pack) *specifications* -the Micro-organism Preparation Should Be Traceable To The America Type Culture Collection (atcc). Proof Must Be Provided Upon Request. -each Culture Should Be Supplied In 6 Self-contained Units Of A Single Organism -an Instructions For Use Should Be Included. -the Micro-organism Preparations Should Be 3 Passages From The Reference Culture. -the Certificate Of Analysis Must Make Reference To Iso 17025 Accreditation. -upon Receipt Of The Item, The Product Should At Least Still Have 80% Of Shelf-life Before Expiration Of The Product. Contact Person Ryno Van Schoor 021 444 9144 * 1 X Klebsiella Pneumoniae Atcc13883 (kwikstik 6-pack) *specifications* -the Micro-organism Preparation Should Be Traceable To The America Type Culture Collection (atcc). Proof Must Be Provided Upon Request. -each Culture Should Be Supplied In 6 Self-contained Units Of A Single Organism -an Instructions For Use Should Be Included. -the Micro-organism Preparations Should Be 3 Passages From The Reference Culture. -the Certificate Of Analysis Must Make Reference To Iso 17025 Accreditation. -upon Receipt Of The Item, The Product Should At Least Still Have 80% Of Shelf-life Before Expiration Of The Product. Contact Person Ryno Van Schoor 021 444 9144 * 1 X Escherichia Coli Atcc25922 (kwikstik 6-pack) *specifications* -the Micro-organism Preparation Should Be Traceable To The America Type Culture Collection (atcc). Proof Must Be Provided Upon Request. -each Culture Should Be Supplied In 6 Self-contained Units Of A Single Organism -an Instructions For Use Should Be Included. -the Micro-organism Preparations Should Be 3 Passages From The Reference Culture. -the Certificate Of Analysis Must Make Reference To Iso 17025 Accreditation. -upon Receipt Of The Item, The Product Should At Least Still Have 80% Of Shelf-life Before Expiration Of The Product. Contact Person Ryno Van Schoor 021 444 9144 * 1 X Staphylococcus Aureus Atcc25923 (kwikstik 6-pack) *specifications* -the Micro-organism Preparation Should Be Traceable To The America Type Culture Collection (atcc). Proof Must Be Provided Upon Request. -each Culture Should Be Supplied In 6 Self-contained Units Of A Single Organism -an Instructions For Use Should Be Included. -the Micro-organism Preparations Should Be 3 Passages From The Reference Culture. -the Certificate Of Analysis Must Make Reference To Iso 17025 Accreditation. -upon Receipt Of The Item, The Product Should At Least Still Have 80% Of Shelf-life Before Expiration Of The Product. Contact Person Ryno Van Schoor 021 444 9144 * 1 X Enterococcus Faecalis Atcc29212 (kwikstik 6-pack) *specifications* -the Micro-organism Preparation Should Be Traceable To The America Type Culture Collection (atcc). Proof Must Be Provided Upon Request. -each Culture Should Be Supplied In 6 Self-contained Units Of A Single Organism -an Instructions For Use Should Be Included. -the Micro-organism Preparations Should Be 3 Passages From The Reference Culture. -the Certificate Of Analysis Must Make Reference To Iso 17025 Accreditation. -upon Receipt Of The Item, The Product Should At Least Still Have 80% Of Shelf-life Before Expiration Of The Product. Contact Person Ryno Van Schoor 021 444 9144 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. Nb!!! Please Provide Sample Pictures And Specifications With Your Submission. Delivery Date2025/04/22 Delivery Toryno Van Schoor Scientific Services Delivery Address02 Off Jan Smuts Drive,, Athlone Contact Personryno Van Schoor Telephone Number0214449144 Cell Number Closing Date2025/02/24 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note This Commodity Has Gone On E-procurement Online Bidding. 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.
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Soon4 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gh12500593 Title Pole Mounting Box Lv Uv Stable Pp Description 240 Each X Pole Mounting Box Lv Uv Stable Pp Specification* Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 145mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. * Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 145mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. * Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 1 45mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. *********************** 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. Please Submit Technical Data Information With Your Quote Submission. ******************** 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. Delivery Date2025/04/29 Delivery Toelectricity - Bloemhof Materials Store / Ph 444 1859 Delivery Address01 Bloemhof Road, Bellville Contact Personzane Willemse Telephone Number0214441859 Cell Number Closing Date2025/03/04 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm.thorpe Buyer Phone0214006752 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. 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 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.
Municipality Of La Paz, Leyte Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0001 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting Of San Victoray – Bongtod – Quiong – Bagacay West Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. San Victoray & Bongtod, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting Of San Victoray – Bongtod – Quiong – Bagacay West With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 15 – Feb. 4, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 15 – 22, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 22, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 23 – Feb. 4, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 23, 2025 @ 9:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 4, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 5, 2025 @ 9:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.3 K)
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 Brgy. Hall Phase 1 Brgy. G, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Four Thousand Nine Hundred Eighty Two Pesos & 46/100 Only (php1,983,973.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-084 Construction Of Brgy. Hall Phase 1, Brgy. G, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (5.65 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Clearing And Grubbing (100.00 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (21.60 Cu.m.), Item No. 803(3) – Foundation Fill (4.61 Cu.m.), Item No. 900(1) – Structural Concrete (52.50 Cu.m.), Item No. 902(1) – Reinforcing Steel, Grade 40 (12,513.27 Kg), Item No. 903(2) – Formworks And Falseworks (169.83 Sq.m.), Item No. 1046(2)a1 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (81.65 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (333.13 Sq.m.), Item No. 1003(15)c – Precast Moulding (concrete) (75.05 L.m.), Item No. 1018(1) – Glazed Tiles & Trim (81.73 Sq.m.), Item No. 1018(2) – Unglazed Tiles (14.00 Sq.m.), Item No. 1016(1)b – Water Proofing, Liquid (91.00 Sq.m.), Item No. 1032(1)a – Painting Works (masonry Painting) (333.13 Sq.m.), Item No. 1007(1)b – Aluminum Framed Glass Door (swing Type) (4.20 Sq.m.), Item No. 1010(2)a – Hollow Core Flush Door (3.78 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (4.20 Sq.m.), Item No. 1008(1)c – Aluminum Glass Windows (awning Type) (9.72 Sq.m.), Item No. 1001(1)a3 – Pvc Pipes & Fittings (100mm Φ) (80.00 Li.m.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. 1100(30)a – Conduits, Boxes & Fittings (conduit Works) (1.00 L.s.), Item No. 1101(3) – Wires And Wiring Devices (1.00 L.s.), Item No. 1103(1) – Lighting Fixtures And Lamps (10.00 Set), Item No. 1002(7)a – Water Closet, Round Front, Complete (2.00 Set0, Item No. 1002(14)a – Lavatory, Wall Hung, Complete (2.00 Set), Item No. Spl-1 – Septic Tank (1.00 Lot), Completion Of The Works Is Required Within 170 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
Municipality Of La Paz, Leyte Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0002 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting Of Brgy. Cagngaran – Canbañez Road Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. Canbañez, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting Of Brgy. Cagngaran – Canbañez Road With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Document E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 22 – Feb. 12, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 22 – 30, 2025 @ 12:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer On Jan. 30, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 31 – Feb. 12, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 31, 2025 @ 9:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 12, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 13, 2025 @ 9:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
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 334220, And Psc Code 1680. ****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 Acutronic Usa, Inc., 700 Waterfront Drive, Pittsburgh, Pennsylvania 15222-4742. the Contractor Shall Provide: quantity Of One (1) Impulse™ Gl1™ One-axis Rate Table, Installation And Performance Verification. please See Attached Statement Of Work For Specifications. the Anticipated Delivery Is On Or Before One Hundred Eighty (180) Days After Receipt Of The Order (aro). delivery Address: attn: Mark Jordan vx23 Hangar 115, 22080 Elmer Road, 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/.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date19 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 611512, And Psc Code U099. ****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 Aurora Flight Science Corporation, 9950 Wakeman Drive, Manassas, Virginia 20110-2702. In Support The U.s. Naval Test Pilot School Qualitative Evaluation Program. the Contractor Shall Provide: 1. Flight Hours In The Centaur Aircraft, Qty 5 please See Attached Statement Of Work. the Anticipated Period Of Performance Is 03 March 2025 Through 31 March 2025. 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: Does Not Apply. 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 Period Of Performance: 03 March 2025 Through 31 March 2025 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/.
Jefferson Parish Government Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Public Notice Soq 25-004 Routine Engineering Services For Streets Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145518 Is Hereby Soliciting Statements Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Streets Projects In Jefferson Parish, Who Are Not One Of The Fifty-four (54) Persons Or Firms Approved By Resolution No. 144993, Dated September 25, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Streets Contracts For The Remainder Of The Two-year Period Beginning September 25, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, 15 And 22, 2025
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date3 Mar 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 518210, And Psc Code T007. ****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 Avionics Interface Technologies, 14769 California Street, Suite 2, Omaha, Ne 68154. the Contractor Shall Provide: 1 Fciu – Repair (repair Of An Rma Board – Replacement Of The Main Flex Board On The Fciu) please See Attached Statement Of Work And Specifications File. the Anticipated Delivery Date Is 01 April 2025. 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: shipping Does Not Apply To This Requirement. 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 Karly Kosa, Contract Specialist, At Karly.n.kosa.civ@us.navy.milby 2:00 Pm Eastern Local Time, Monday March 3rd 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 In Order To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
7691-7700 of 7937 archived Tenders