Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Civil And Construction...+2Others, Construction Material
South Africa
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Safety Related Equipment Reference Number Gl12500548 Title Safety Related Equipment Description 2 Each X Changing Rooms Signs 1 Each X Store Room Safety Sign 1 Each X Store Room Responsible Person Sign 1 Each X Bench Grinder Safety Sign 20 Each X Men At Work Safety Sign 2 Each X Warning Tampering With Fire Equipment 20 Each X Keep Clear Open Excavation 1 Each X Flamable Store 12 Each X General Warning Temp Road Sign 12 Each X Temp Speed Limit Road Sign 12 Each X Stop-go Road Sign With Steel Stand 20 Each X Red Flag With Wooden Handle 12 Each X Keep Right Road Sign Temp Specification* Changing Rooms Safety Sign (in31) Type Abs Plastic Size 190x190mm Qty 2 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands 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. * Store Room Safety Sign (in41) Type Abs Plastic Size 190x380mm Qty 1 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Store Room, Responsible Person Safety Sign (in12) Type Abs Plastic Size 190x380mm Qty 1 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Bench Grinder Safety Sign (fm1) Type Abs Plastic Size 300x400mm Qty 1 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Danger Men At Work Safety Sign (cons0052) Type Abs Plastic Size 150x450mm Qty 20 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Warning A Fine For Tampering With Fire Equipment Safety Sign (eq020) Type Abs Plastic Size 290x290mm Qty 2 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Keep Clear Open Excavation Safety Sign (c12) Type Abs Plastic Size 290x290mm Qty 20 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Flammable Store , No Unauthorized Entry Safety Sign (m119) Type Abs Plastic Size 290x290m Qty 1 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * General Warning Temporary Road Sign (tw339) Type Chromadek Size 900mm Qty 12 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Temporary Speed Limit Road Sign (tr201) 40 Type Chromadek Size 600mm Qty 12 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Stop - Go Road Sign With A Steel Stand (r1.5) Type D-sided Road Sign + Stand Size 600mm Qty 12 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Red Flag With Wooden Handle Qty 20 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands * Keep Right Road Sign ( Tr104) Type Chromadek Size 600mm Qty 12 Contact Person Bradley Kayser 021 400 3330 Deliver Address 01 Nursery Way Pinelands Delivery Date2025/04/29 Delivery Tobradley Kayser Distribution Services Pinelands Delivery Address1 Nursery Way, Pinelands Contact Personbradley Kayser Telephone Number0214003330 Cell Number Closing Date2025/03/07 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Province Of Eastern Samar Tender
Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 4.5 Million (USD 78.4 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 The Procurement Of Procession Satellite Surveying With Wireless Communication, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Pgo – Capital Outlay Cy 2025 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos Only (php4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-02-033 Procurement Of Procession Satellite Surveying With Wireless Communication, 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 For Procurement Of Procession Satellite Surveying With Wireless Communication, Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost 1 Set Laser Gnss Rtk Procession Satellite Surveying With Wireless Communication 1 4,500,000.00 Model: Laser Rtk W/ The Ff. Sets: 1-unit Base Receiver 2-unit Rover Receiver W R60 Data Controller 1-pc Big Aluminum Tripod 2-pc Small Aluminum Tripod 2-pc Bipod 5 Units Loptop (intel Cor I7, 16gb Ram, 1tb Ssd, Geforce (rtx3060) Specifications: Single Base Rtk, Network Rtk And Ppk 15km (min) Gps, Bds, Glonass, Galileo, Qzss, Irnss, Sbas 1589 (min) Horizontal: 3mm± 0.1ppm Vertical: 3.5mm ±0.4ppm Horizontal: 3mm ± 0.5ppm Vertical: 5mm± 0.5ppm Horizontal: 8mm ± 1.0ppm Vertical: 15mm ± 1.0ppm Less Than 10 Sec > 20h (min) Ip67 Bluetooth, Wifi, Usb, Cellular Range: 10m (min) 3-5mm + 1ppm Imu Up To 60˚ Full Qwerty With 10-key Number Pad, Directional Buttons, And 4 Programmable Android 12.0, 8 Core High-speed Processor Ram 4gb, Rom 64gb, Extended Up To 128gb 5.5” Sunlight Readable Display With 1920*1080 Resolution 1920x1080, Readable Under The Sun 13m Pixel Rear Camera, 8m Pixels Front Camera, Autofocus, Highlight Led Flash G-sensor, Electronic Compass, Accellaration, Gyroscope, Light Sensor, Nfc Type-c, Otg Function Dual Band 2.4 & 5ghz, Support Wifi 6 Dual Mode Bt5.0 Working For 30hrs (min) Hours For Different Working Mode Less Than < 1.2kg Ip67 & Survive A 1.6 M Drop Onto Concrete Other Requirements • One (1) Year Warranty On Factory Defects • Equipment Offered Must Have A Bidder’s Established Service Center With-in Visayas Area • The Bidder’smust Be Authorized Dealer And Service Center By The Manufacturer And Accredited Its Service Center Of Their Offered Product By Any Government Agency. • Free Calibration Or Update Firmware With Certificate Of Calibration From The Authorized Service Center. • 2-3 Days Actual Training On Site And Testing Compatibility. Delivery Of The Goods Is Required Within 60 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 Sixty Percent (60%) 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 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before, March 10, 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 Bac Office, Capitol Building Borongan City, Eastern Samar Contact No. 63-55-5608312; 09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Aerospace and Defence
United States
Closing Date20 Jan 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 334111, And Psc Code 7j20. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Source Code, Llc., 232 Vanderbilt Avenue, Norwood, Massachusetts 02062-5046. the Contractor Shall Provide: Custom Computer Upgrades. all Systems Must Be Taa Compliant supermicro Intel I9 - 3u Rackmount Systems – Quantity 11 supermicro Intel I9 - Full Tower Desktop Systems – Quantity 10 supermicro Intel Dual Xeon – Full Tower Desktop Systems – Quantity 8 please See Attached Solicitation N0042125q0021 For Specifications. the Anticipated Delivery Is On Or Before Ninety (90) Days After Receipt Of The Order (aro). this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Fob Destination. 20670. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.milby 12:00 Pm Eastern Local Time, 3:00 Pm Eastern Local Time, Wednesday, January 15th, 2025. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Delivery Date Or Period Of Performance: invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
Library And Archives Canada Tender
Electronics Equipment...+1Electrical and Electronics
Canada
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Definition Of The Requirement Background Library And Archives Canada (lac) Does Not Have The Capability To Transfer Obsolete Motion Picture Sound Formats To 35mm Polyester Optical Sound Tracks Or Broadcast Wave File Format. All Work Of This Type Has Historically Been Contracted To A Private Service Provider. This Situation Will Continue For The Foreseeable Future, As Lac Has No Current Plan To Develop The Capacity To Do This Type Of Copying As There Is A Limited Need For It. Objective: The Work Described Herein Is Being Done To Support The Conservation Activities Undertaken By Stewardship Branch, Library And Archives Canada. Without These Services, There Would Be No Conservation Copying Of Historically Significant Motion Picture Film That Requires The Creation Of Optical Sound Tracks. Scope Of Work The Contractor Is To Transfer Obsolete Motion Picture Sound Formats To 35mm Polyester Optical Sound Tracks Broadcast Wave File Format. Specifically This Includes The Transfer Of: 16mm And/or 35mm Magnetic Tracks; 16mm And/or 35mm Negative Optical Sound Tracks; 16mm And/or 35mm Positive Optical Sound Tracks; ¼” Magnetic Reels. The 35mm Formats Include Both Acetate And Nitrate Bases. Technical Specifications Broadcast Wave Files (bwf): • Are To Be Encoded Directly As Linear Pulse Code Modulated (pcm), Broadcast Wave Format (bwf) Files With A Sampling Frequency Of 96 Khz And 24 Bit Depth. • All Bwf Files Created Should Be Compliant With European Broadcasting Union (ebu) 3285. • All Recorded Tracks Must Contain A Start Time Of 1:00:00:00 In The Time Reference Field. • Checksum: Must Be Sha-1. • All Delivered Files Must Be Accompanied By A Condition Report Summary (in .pdf Or .xls Format) That Details Any Specific Condition Remarks For Each Transferred Item And Any Special Actions Taken To Facilitate Playback. • All Filenames On Delivered Files Will Adhere To An Lac Supplied Unique Numeric Identifier (idcisn #). • All Files Created During The Digitization Of An Item Must Be Stored Together In One Directory: O Parent Folder Name = “idcisn #” (ex. 467357). This Folder Contains All Associated Files ? “idcisn #”.wav (ex. 467357-001.wav, 467357-002.wav Etc.) Files Are To Be Returned To Lac On A Lac Supplied Hardware Encrypted Drive. 3. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements) Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: 2 Years Of Experience In The Last 5 Years Transferring Obsolete Motion Picture Sound From 35mm Nitrate Bases. Please Provide Supporting Documentation In The Form Of 1 Customer Reference Which Includes The Contact Name, Title, Company Name, Address, City, Province/state, Postal Code/zip Code, Phone Number And Email. 4. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Subject To The Following Trade Agreement(s) O Canadian Free Trade Agreement (cfta) O Canada-chile Free Trade Agreement (ccfta) O Canada-colombia Free Trade Agreement (ccofta) O Canada-honduras Free Trade Agreement (chfta) O Canada-korea Free Trade Agreement (ckfta) O Canada-panama Free Trade Agreement (cpafta) O Canada-peru Trade Agreement (cpfta) 5. Justification For The Pre-identified Supplier The Proposed Supplier Is The Only Laboratory In Canada That Has The Ability To Transfer Motion Picture Sound Tracks From A Nitrate Base. As Well, Transit Audio Is Able To Meet All Of Library And Archives Canada’s Other Audio Copying Needs As They Relate To Motion Picture Audio. 6. Government Contracts Regulations Exception(s) The Following Exception(s) To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6(d) - "only One Person Is Capable Of Performing The Work". 7. Exclusions And/or Limited Tendering Reasons The Following Exclusion(s) And/or Limited Tendering Reasons Are Invoked Under The (section Of The Trade Agreement(s) Specified): A. Canadian Free Trade Agreement (cfta) – Article 513.1(b) B. Canada-chile Free Trade Agreement (ccfta) – Article15.10.2.b C. Canada-colombia Free Trade Agreement – Article 1409.1.b D. Canada-honduras Free Trade Agreement – Article 17.11.2.b E. Canada-korea Free Trade Agreement – Article 22.1.3.b F. Canada-panama Free Trade Agreement – Article 16.10.1.b G. Canada-peru Free Trade Agreement (cpfta) – Article 1409.1.b 8. Ownership Of Intellectual Property Ownership Of Any Foreground Intellectual Property Arising Out Of The Proposed Contract Will Vest In The Contractor. 9. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of Three (3) Years, From April 1, 2025 To March 31, 2028 And Two (2) One-year Option Periods. 10. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $125,000.00 (gst/hst Extra). 11. Name And Address Of The Pre-identified Supplier Transit Audio Services Ltd. 457 Montrave Ave. Oshawa, Ontario L1j 4s6 Phone: 416-977-9740 Email: Transitaudio@skylightstudios.ca 12. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 13. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 21, 2025 At 2:00 Pm Edt. 14. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Anne-marie Aubry Procurement Team Leader 550 De La Cité Blvd. Gatineau, Qc J8t 0a7 Telephone: 873-353-7351 E-mail: Receptiondesoumission-bidreceiving@bac-lac.gc.ca
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 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 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
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 - 0003 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting (district Iii – Tarugan Road) Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. Tarugan, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting (district Iii – Tarugan Road) With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 15 – Feb. 4, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 15 – 22, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 22, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 23 – Feb. 4, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 23, 2025 @ 10:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 4, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 5, 2025 @ 10:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500412 Title Clothing Items Various Items Description 10 Each X Golf Shirt - Unisex - Small - Branded 10 Each X Golf Shirt - Unisex - Medium - Branded 5 Each X Golf Shirt - Unisex - Large - Branded 5 Each X Golf Shirt - Unisex -x Large - Branded 5 Each X Golf Shirt - Unisex - 2x Large - Branded 5 Each X Golf Shirt - Unisex - 4x Large - Branded Specification* Refer To Ga12500412 Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Small - Branded Specifications Size Small Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping Name & Surname Raymein Classens E-mail Address Raymein.classens@capetown.gov.za Telephone No. 0812329107/0214003041 Delivery Address 200 On Main, Claremont, 7708, 3rd Floor 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. * Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Medium - Branded Specifications Size Medium Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Large - Branded Specifications Size Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Extra Large - Branded Specifications Size Extra Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 2x Large - Branded Specifications Size 2x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 4x Large - Branded Specifications Size 4x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping 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. Delivery Date2025/02/27 Delivery Tosupport Services Suse Delivery Address1 200 On Main - 3rd Floor, Claremont Contact Personraymein Classens Telephone Number0214003041 Cell Number Closing Date2025/02/17 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
Others
United States
Closing Date20 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 Oklahoma City Va Medical Center Located In Oklahoma City, Ok. project Description: upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With Va Oehrm Site Infrastructure Requirements (provided By Vha). This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal And Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. Project Buildings Locations Include Buildings 1,5,19,21, Site, Lawton And Friendship House. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 20, 2025, At 3:00 Pm Ct. 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:
aline Cruthers contract Specialist
aline.cruthers@va.gov secondary Point Of Contact: jessica Hicks
contracting Officer
jessica.hicks1@va.gov
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Public Notice Soq 25-002 Routine Engineering Services For Drainage Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145514 Is Hereby Soliciting A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Drainage Projects In Jefferson Parish, Who Are Not One Of The Fifty-one (51) Persons Or Firms Approved By Resolution No. 144663, Dated August 7, 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 Drainage Contracts For The Remainder Of The Two-year Period Beginning August 7, 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
9611-9620 of 9880 archived Tenders