Automation Tenders

City Of Valenzuela Tender

Others
Philippines
Details: Description City Government Of Valenzuela General Services Office Purchase Request Detail Item/s File P.r. Ctrl. No.: 40301; Purpose: Renewal Of Video Conferencing Platform - Zoom License Account Item No. Quantity Unit Of Issue Item Description/specification 1 10 Licenses "cloud-based Video Conferencing Platform License - Pro, Inclusives: - Up To 30 Hours / Meeting - 100 Attendees / Meeting - Enabling And Adding Of Co-hosts (no Limit) - 5 Gb Of Cloud Recording Storage (per License) - Automated Captions - Whiteboard: 3 Editable Boards With 25 Mb Of Cloud Storage - Team Chat - Mail & Calendar (beta) - Reporting - Personal Meeting Id - Breakouts And Polling - Ai Companion" 2 1 License Cloud-based Video Conferencing Platform License For Large Meeting - 1000 Participants
Closing Date5 May 2025
Tender AmountPHP 257.1 K (USD 4.6 K)

Employees State Insurance Corporation - ESIC Tender

Goods
Healthcare and Medicine
GEM
India
Details: CATEGORY: BIO RAD ABD GEL CARDS FORWARD and REVERSE , BIO RAD LISS ID DILUENT SOLUTION 500 ml , Rapid PAPTM Biofix spray Micro anatomy spray fixative , RIA tubes 12 x 75 mm , Non Ionic Contrast Media for Contrast CT study IOHEXOL , Glass Cuvettes for MISPA Clinia Fully automated chemistry analyser , TOTAL TRIIODOTHYRONINE TT3 CLIA , TOTAL THYROXINE TT4 CLIA , THYROID STIMULATING HORMONE TSH CLIA , Cardiac Troponin I , WASH BUFFER CLIA , WS WASH BUFFER CLIA , CHEMILUMINESCENCE IMMUNOASSAY CIM 2 CL , CHEMILUMINESCENCE IMMUNOASSAY CIM 1 CL , CARDIAC MARKER CONTROL LEVEL 1 CLIA , CARDIAC MARKER CONTROL LEVEL 2 CLIA , SUBSTRATE BUFFER CLIA , i180 REACTION CUVVETTES
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Cowichan Valley Regional District Tender

Solid Waste Management
Canada
Details: This Request For Proposals Is An Invitation By The Cowichan Valley Regional District To Prospective Proponents To Submit Proposals For Waste Management Technology Platform The Cvrd Is Seeking Proposals For The Provision Of Waste Management Collection Software And Hardware For Monitoring And Managing Automated Garbage Collection Services. The Cvrd Covers 3,473.12 Km² On Southern Vancouver Island, Between Victoria And Nanaimo. It Is Comprised Of Nine Electoral Areas And Four Municipalities With A Population Of 89,013 Residents (census 2021). The Cvrd’s Three-stream (organics, Recycling And Garbage) Collection Service Will Be Implemented In 2025, Collecting Waste From Approximately 14,500 Households Using Both Tandem-axle And Single-axle, Side-loading Trucks. Hardware Installation Will Be Required On 11 Trucks. It Is Anticipated That The Successful Proponent Will Commence Work Immediately Upon Contract Award.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Municipality Of San Roque Northern Samar Tender

Food Products
Philippines
Details: Description 1. 130 Persons Catering Services For Briefing/training Of Electoral Boards On The Operation Of The Automated Counting Machines (1day) @ 130 Eb X 400 Per Pax (2 Snacks And 1 Lunch) 2. 45 Persons Catering Services Pre/post Election Preparation And Activity 7 Comelec Staff X 400 Per Pax For 7 Days (3 Meals Per Day No Snack) 3. 105 Person Lgu Election Task Force/municipal Board Of Canvassers @35pax X 3 Days) 700per Pax (3 Meals And 2 Snacks Per Day) 4. 60 Persons Catering Services -strengthening Peace And Security For Halalan 2025 Midnight Snack, With Flowing Coffee 4 Nights For 15 Persons. N/f
Closing Date10 Mar 2025
Tender AmountPHP 148 K (USD 2.5 K)

FEDERAL BUREAU OF INVESTIGATION USA Tender

Software and IT Solutions
United States
Details: The Fbi Intends To Identify Available Software Solutions For Operational Use Providing The Fbi With The Ability To Perform Biometric Collections. These Collections Shall Include Fingerprints, Facial Photographs, Iris Images, Latent Fingerprint Images, Scars, Marks, And Tattoo Images As Well As Palm Prints For Submission To And Receipt Of A Response From An Automated Biometric Identification System, Via An Android And Windows-based (currently Windows 11 But Expect Enhancements To Stay Compatible With Upgraded Operating Systems) Applications From Domestic/international Locations. The Intended Use Is For Mobile Biometric Collection On Android-based Smartphones Or Windows-based Laptops. The Two Solutions Need To Look Similar To The User Even Though Developed For Different Operating Systems. The Software Must Capture Data And Package It In A Transaction That Conforms To The Current Fbi Electronic Biometric Transmission Specification (ebts).
Closing Date19 Mar 2025
Tender AmountRefer Documents 

Imec EU Pilot Line NV Tender

Machinery and Tools
Belgium
Details: Title: Pvd For Mram description: A 300mm Wafer Compatible, Multi-chamber Pvd Platform Designed For High Throughput Of Magnetic Tunnel Junctions. Additionally, The Following Pvd And Process Chamber Designs That Must Be Supported Are: 1) Multi-cathode Pvd Chamber 2) A Pre-clean Chamber To Remove Native Oxides And Other Contaminants, 3) Degass/annealing Capability And, 4) A Cryogenic Stage (<100k) Option In, Or Ex, Situ Of The Pvd Modules. Furthermore, The Platform Must Be Compatible With Front Opening Universal Pods With A 25-slot Capacity, Including An Equipment Front End Module And Load-lock System For Wafer Loading. Finally, The Deposition Must Be Computer Controlled And Automated Following Defined Recipes. As An Optional, The Platform Should Be Compatible With Automatic Recipe Upload From Fab Management Software Via A Standardized Protocol, For Example Secs/gem.
Closing Date31 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Chemical Products...+1Aerospace and Defence
United States
Description: Nsn 7r-4820-013726151-ey, Tdp Ver 008, Qty 3 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Cage 36334 (indal Technologies) For The Spare Of Item Below: Nomenclature Niin Part Number Valve Assembly,mani 013726151 6532e398-2 Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 332911 Psc: 4820 Contract Duration Will Be 1 Year. Uid: Uid Requirements Will Apply. Buy American Clauses Will Apply And Will Be Posted In The Solicitation. The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 15. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. This Procurement Is Not A Total Small Business Set-aside. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Kyle Matsinger, Kyle.r.matsinger.civ@us.navy.mil. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 1r-5330-016898187-ey, Tdp Ver 002, Qty 6 Ea, Delivery Fob Origin. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Purchase This Part/contract Repair From Other Than The Current Source(s). The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss)source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"the Proposed Acquisition Is 100% Set Aside For Small Business Concerns (seefar Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specifictype Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Ofone Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Businessset-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University Andminority Institution Set-asideinterested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094.award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.based Upon Market Research, The Government Is Not Using The Policies Containedin Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For Thedescribed Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.one Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Limited Competitive Basis With: Han-boone International Inc, Delford Industries Inc,general Atomics Co And California Gasket & Rubber Corp. This Requirement Will Be Awarded To The Offeror Based On The Following, Evaluation Criteria. Offers Submitted Will Be Evaluated Based On The Following Criteria: Leadtime, Price, Past Performance And Capacity. Source Approval Statement Applies To This Nsn. This Is A Limited Competition; Approved Sources Are: Han-boone International Inc, Delford Industries Inc,general Atomics Co And California Gasket & Rubber Corp. It Is Expected That Award Will Be Made To One Of These Firms. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email At Katlyn.m.galetto.civ@us.navy.mil. All Contractual Documents Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
Closing Date11 Mar 2025
Tender AmountRefer Documents 

NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender

Others
United States
Details: This Sources Sought Announcement Is For Informational Purposes Only. It Is Not To Be Construed As An Obligation On The Part Of The Electronic Systems Safety Research Division (nsr-330) At The National Highway Traffic Safety Administration (nhtsa). the National Highway Traffic Safety Administration (nhtsa) Is Issuing This Sources Sought Notice To Identify Potential Qualified Small Business (sb), Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Service Disables Veteran Owned Small Business (sdvosb), Or Women Owned Small Business (wosb) Concerns That May Be Interested In And Capable Of Performing The Work Described Herein And As Listed In The Attached Draft Sow, Nsr-330 Is Conducting Market Research To Locate Qualified, Experienced, And Interested Parties. These Parties Should Be Able To Support Safety Research In The Following Four Broad Domains: Advanced Safety Technologies, Automated Driving Systems (sae Driving Automation Levels 3 To 5), Cybersecurity And Functional Safety Of Vehicle Electronic Components And Subsystems. nhtsa Welcomes All Qualified Small Business Concerns, With The Appropriate Naics Code And Past Experience To Submit Their Corporate Capability Statements That Demonstrate Their Ability To Successfully Accomplish The Goals Of The Project As Listed Below. Nhtsa Does Not Intend To Award A Contract On The Basis Of Responses To This Notice Or Otherwise Pay For The Preparation Of Any Information Submitted. Acknowledgement Of Receipt Of Responses Will Not Be Made; No Formal Evaluation Of The Information Received Will Be Conducted By Nhtsa. Nhtsa May; However Later On Issue A Request For Proposals (rfp). However, Should Such A Requirement Fail To Materialize, No Basis For Claims Against Nhtsa Shall Arise As A Result Of A Response To This Notice. this Sources Sought Notice Is Not A Request For Proposal (rfp), Nor Does It Restrict The Government As To The Final Acquisition Strategy. No Contract Will Be Awarded From This Announcement. At This Time No Solicitation Exists. Therefore, Please Do Not Request A Copy Of The Solicitation. Responses In Any Form Are Not Offers. The Government Will Not Reimburse Respondents For Any Costs Incurred In The Preparation Of A Response To This Notice. The Results Of This Sources Sought Notice Will Assist The Contracting Officer In Determining The Best Strategy For This Procurement. background the National Highway Traffic Safety Administration (nhtsa) Is An Agency Of The U.s. Department Of Transportation (dot). Nhtsa’s Mission Is To Save Lives, Prevent Injuries And Reduce Economic Costs Due To Road Traffic Crashes. The Agency Develops, Promotes, And Implements Effective Educational, Engineering And Enforcement Programs With The Goal Of Ending Preventable Tragedies Associated With Vehicle Use And Highway Travel. in 2022, Motor Vehicle-related Crashes On U.s. Highways Claimed 42,514 Lives. Analysis Of Crash Causation Factors Indicate That Many Crashes Involve Driver-related Factors, Such As Recognition, Decision, Performance, Or Non-performance. In Addition, Risky Driving Behaviors, Such As Distraction, Impairment, And Speeding, Are Often Involved In Fatal And Serious Injury Crashes. Advancements In Fundamental Vehicle Control And Safety Systems, Including Tires, Brakes, Steering, And Lighting Systems Can Help Drivers Avoid Or Mitigate Crash Situations. Advanced Driver Assistance Systems (adas) Offer Further Opportunities To Avoid Or Mitigate Crashes By Alerting, Assisting And/or Providing Intervention For The Driver In Crash-imminent Situations. In The Future, Automated Driving Systems (ads), Which Have The Potential To Perform The Entire Dynamic Driving Task, May Further Reduce Crashes Caused By Driver Error. Ads-equipped Vehicles May Also Increase Mobility Accessibility To Individuals, Including Those With Disabilities And Physical Challenges. As Electronic Control Systems, Software, And Connectivity That Support Adas And Ads Technologies Advance, Cybersecurity Related Vulnerabilities May Also Increase. These Changes Will Likely Have A Commensurate Increase In Software And Hardware Complexity As Well As An Increase In Functional Safety And Cybersecurity Countermeasures. objective/scope the Mission Of Nhtsa Nsr-300 Is To Formulate And Conduct Research Programs That Build The Scientific Basis For Advancing The Safe Deployment Of Advanced Safety Technologies, Including Adas And Ads Components And Systems. Nsr-300 Also Supports Vehicle Cybersecurity And Human Factors Research Related To Adas And Ads Systems. In Completing Such Research, Nhtsa And Its Research Partners Collaborate With And Leverage Input From A Wide Range Of Stakeholders Including, But Not Limited To, The Following: Original Equipment Manufacturers (oems), Adas And Ads Technology Providers And Suppliers, The National Institute Of Standards And Technology (nist), Sae International, Other Countries, Other U.s. Dot Modes, And Other Federal Agencies. the Purpose Of This Solicitation Action (hereafter Referred To As The Advanced Safety Research Or Asr Idiq) Is To Establish Idiq Contracts Between Nhtsa And Qualified Contractors (or Contractor Teams) To Support Safety Research In The Following Four Broad Domains. These Four Domains Are In Direct Relationship To The Seven (7) Research Areas Below: advanced Safety Technologies (crash Avoidance Systems, Driver Assistance Systems, Other Intelligent Technologies, And Fundamental Vehicle Systems Such As Tires, Brakes, Steering, And Lighting) automated Driving Systems (sae Driving Automation Levels 3 To 5) cybersecurity functional Safety Of Vehicle Electronic Components And Subsystems. the Tasks And Experiments Performed Under The Asr Idiq Contract Will Provide The Technical Support Needed By Nhtsa In Seven Research Areas (ras) Listed Below: controlled-environment Evaluation (test Track Research) virtual Testing (simulation & Modeling) vehicle Component Testing And Functional Safety Assessments on-road Testing And Naturalistic Studies safety Impact Assessment Support cybersecurity artificial Intelligence (ai) / Machine Learning (ml) Methods, Algorithms, And Software. see The Attached Draft Statement Of Work For Additional Detailed Information For The Above Requirements. place Of Performance the Work Associated With This Requirement Will Be Performed At An Authorized Contractor Location. security Requirement this Acquisition Does Not Deal With Classified Matters. Where Applicable, Agency Information Security Requirements Will Be Met Through Tar Clause 1252.239-70, “security Requirements For Unclassified Information Technology Resources.” confidentiality do Not Include Proprietary, Trade Secrets, Classified, Confidential, Or Sensitive Information In Your Response To This Sources Sought Notice. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Submitted, As It Is Clearly Stated This Type Of Information Shall Not Be Submitted. the Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Responses To This Notice Will Not Be Returned. submission Of Responses capabilities: the Corporate Capability Statement Must Address The Capabilities Necessary To Accomplish The Scope Outlined Above As Well As The Additional Tasks And Characteristics Given In The Attached Draft Sow. Interested Parties May Submit A Corporate Capability Statements To The Following Contact: Michelle.shanahan@dot.gov To Include Subject Line: Response To Sources Sought- 693jj925rq000068, Advanced Safety Research (asr) Idiq format Of Corporate Capabilities Statement: any Interested Qualified Small Business Firms, Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns Should Submit Their Corporate Capability Statement, Which Demonstrates The Firm’s Ability And Past Experience In No More Than 10 Pages To Perform The Key Requirements Described Above To The Identified Nhtsa Point Of Contact Listed Herein. any Proprietary Information Should Be Marked As Such. All Respondents Are Asked To Certify The Type And Size Of Their Business Organization Is In-line With The Requirements Of This Sources Sought Notice, And Must Be Received No Later Than 10 Calendar Days From The Date Of Publication Or By The Closing Date Of This Notice. to Facilitate A Timely And Comprehensive Review Of All Submitted Responses, Firms Should Respond Using The Format Requested In This Notice. please Provide The Following Information For Your Firm And For Any Teaming Or Joint Venture Partners: general Information: company Name, Address, Point Of Contact Name, Telephone, And Email Address. data Universal Numbering System (duns) Number And Commercial And Government Entity (cage) Code. business Size And Classification (e.g., Large, Small, Small-disadvantaged, Sba Certified 8(a), Hubzone, Service-disabled Veteran-owned, Woman-owned) Based On Naics Code: 541380 – Testing Laboratories And Services. if Applicable, Potential Proposed Teaming Arrangements To Include Business Size And Classification Of Prime And Subcontractors. gsa Federal Supply Schedule (fss) Number (fss Must Include Naics Code 541380 – Testing Laboratories And Services. identify Contracts Your Company Has Been Awarded Under Naics Code: 541380 – Testing Laboratories And Services. technical Capability: provide A Brief Synopsis To Support The Firm’s Ability To Perform All Of Potential Areas Of The Objective/scope. Identify Each Task Element And Provide Information To Support The Firm’s Experience, Staffing And Overall Ability To Perform The Technical Area. evidence Of Experience And Past Performance Should Include Contracts/task Orders From The Past Three (3) Years Similar In Scope To This Requirement. examples Must Include Contract Numbers, Project Titles, Dollar Amounts, Periods Of Performance, And Government Points Of Contact (telephone Numbers Or Email Addresses). documented Information To Support The Firm’s Ability To Provide The Range Of Research Skillsets Capability To Quickly Plan, Conduct, And Document Studies; And Personnel Required For This Effort In A Timely Fashion. any Data On Previous Contracts/task Orders On Personnel Retention And Succession Planning. additional Information: indicate If Your Firm Will Submit A Proposal If A Request For Proposal (rfp) Is Issued, And If Your Firms Interest Is For Prime Contracting, Teaming Agreement Or Joint Venture. validation Of, Or Recommended Naics Codes For This Effort. validation Of, Or Recommended Contract Type. validation Of, Or Recommended Gsa Vehicle in Each Potential Areas Of Research, Indicate Any Small Business Subcontracting Opportunities, As Applicable. other Recommendations any Information Missing From This Requirement That Would Provide A Better Understanding Of The Effort Desired. please Submit Any Other Questions Or Comments Along With Your Response. contracting Office Address department Of Transportation (dot) Headquarters, 1200 New Jersey Avenue, Se, Washington, Dc 20590.
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Healthcare and Medicine
United States
Details: Solicitation Number: Spe2dh-xx-r-000x this Is A Sources Sought Notice. the Defense Logistics Agency (dla) Troop Support Is Seeking Market Research Foradditional Commercial Medical Equipment Used By Medical Professionals, Technicians, And Laboratory Personnel To Perform A Treatment, Test, Or Operation, Or To Provide Medical Care For A Patient Other Than Those Listed Below. Additionally, Consumables, Accessories, Repair Parts, Training, Maintenance, And Routine Installation For The Corresponding Commercial Medical Equipment Is Also Being Sought. what Is Not Being Sought: examination Tables/surgical Tables hospital Beds/chairs/stretchers laboratory Analyzers litters sterilizers medical Refrigerators And Other Medical Storage Systems ophthalmic Equipment, Including But Not Limited To, Ophthalmic Imaging Systems, Optical Coherence Tomography (oct) And Optical Coherence Tomography Angiography (octa) Systems, Ophthalmic Picture Archiving, Ophthalmic Picture Archiving And Communication Systems (pacs), Polarimetry Imaging Systems, Software, Equipment, Workstations For, And Maintenance Of Such Systems. dental Equipment, Including But Not Limited To, Dental Pacs, Software, Equipment, Workstations For, And Maintenance Of Such Systems. medical Simulation Equipment That Is Used For Training Purposes pulse Oximeters aspirators infusion Pumps suction Apparatus resuscitators medical Lasers dental X-ray Systems (digital & Analog), Including Cone Beam Systems robotic Surgery Systems medical Equipment Using Ultrasound Technology Where The System Is Not Primarily Used For Producing Clinical Images. all Radiology And Imaging Systems, Including, But Not Limited To: Fixed Digital Radiographic (dr) X-ray, Portable Dr X-ray, Mobile X-ray, Radiographic X-ray, Radiographic/fluoroscopic X-ray (rf), Digital Rf, Computed Radiography (cr), C-arms, Special Procedures Room (enhanced Rf), Angiography, Cardiac Cath Labs, Computed Tomography (ct), Positron Emission Tomography (pet)-ct, Magnetic Resonance (mr), Mr-pet, Ultrasound Imaging Systems, Nuclear Medicine, Urological X-ray, Workstations For Radiology And Imaging Systems, Radiology Glassware, Magnetoencephalography (meg), Cyclotrons And Mammography. radiation Oncology (radiation Therapy), Lithotriptor Systems, Radiology Pacs Including Pacs Software, Equipment, And Maintenance, Patient Monitoring Equipment, Defibrillators, Ventilators, Anesthesia Apparatus, And Electrocardiographs. furniture Items Not Used In Patient Care, Including But Are Not Limited To: Patient Hospital Room Furniture, Modular Furniture Systems, Nurse's Stations, Credenzas, Hutches, Night Tables, Armoires, Etc. pharmacy Automation Systems And Integrated Operating Room Equipment (ior). extended And Turnkey Installation (e.g., Site Preparations) med/surg Sets/kits, Standalone Surgical Instruments, Bandages, Gowns, Etc.…that Are Not Directly Associated With, Or Part Of An Equipment Item Or System. all Products Must Be Food And Drug Administration (fda) Approved And Trade Agreement Act (taa) Complaint. this Is A Request For Information (rfi) And Does Not Commit The U.s. Government To Issue A Solicitation, Make An Award, Or Pay Any Costs Associated With Responding To This Announcement. All Submitted Information Shall Remain With The U.s. Government And Will Not Be Returned. your Response To This Rfi Shall Be Submitted Electronically In Pdf Format And Emailed To Evan.lessin@dla.mil.
Closing Date17 Jan 2025
Tender AmountRefer Documents 
9961-9970 of 10000 archived Tenders