Bus Tenders

Bus Tenders

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Description: Disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. introduction: The Naval Air Systems Command (navair) At Patuxent River, Md Announces Its Intention To Award A Contract For Radar Warning Receiver (rwr) Production And Associated Logistics And Engineering Support For Fiscal Year (fy) 2026. This Effort Will Include Hardware Production, Engineering And Technical Services. As Required. this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. eligibility: The Product/service Code (psc) Most Appropriate For This Contract Is 5841: Radar Equipment Designed To Passively Detect An Enemy's Effective Use Of Radiated Radio Frequency Energy. All Interested Businesses Are Encouraged To Respond. anticipated Period Of Performance: The Production Contract Is Planned To Be One Year, And Is Intended To Satisfy Government Requirements For Fy26. Delivery Of A Usg Qualified, Validated, And Verified Rwr System Ready For Installation Into End User Platforms Is Required No Later Than February 2028. anticipated Contract Type: The Contract Type Is Anticipated To Be A Mix Of Fixed Price And Cost Reimbursable. program Background: The Current Navair Rwr Solution, An/apr-39d(v)2, Is A Passive Radar Detection And Warning System And Assault Survivability Equipment (ase) Suite Bus Controller Designed To Provide Situational Awareness To Aircrew Of Helicopters, Rotorcraft, And Low/slow Fixed Wing Aircraft From Rf Threats. required Capabilities: Requirements Include Familiarity And Understanding Of Advanced Rwr Technology To Improve Rf Detection And Warning For Aircraft/aircrew Survivability And Aircrew Situational Awareness. a Capable Rwr Solution Shall Meet Form/fit/function Requirements Of The Incumbent System And Meet Exportability And Sustainability Requirements, With No Impact To Immediate Operational Requirements. A Capable Rwr Solution Shall Successfully Interface With And Perform As Suite Bus Controller For The Full Ase Suite And Mission Computer On The Following Airborne Platforms: * Ah--1z * Mh-60s * Uh--1y * Mv-22b * Ch-53k * Cmv-22 * Ah-64d/e a Capable Rwr Solution Shall Also Provide Incumbent System Functionality To The Ase Suite Consisting Of Ale-47, Aar-47, Aaq-24, And/or Aaq-45. A Capable Rwr Solution Shall Be Backwards Compatible With The Incumbent System Receivers, Antennas, And Aircraft A-kits. interested Businesses Shall Demonstrate That Your Company Currently Possesses Or Has Authorized Access To The Necessary Technical Data, Or Has A Viable Plan To Obtain, Generate, Or Otherwise Secure Authorized Access To The Necessary Technical Data, And That It Will Be Maintained Throughout The Duration Of The Effort Being Solicited. For The Production Contract, Interested Businesses Shall Demonstrate The Capability To Meet The Government’s Required Timeline. incumbent: This Is A Follow-on Requirement. The Incumbent Contractor Is: Northrop Grumman Corporation, Navigation, Targeting And Survivability, 600 S Hicks Rd, Rolling Meadows, Il 60008 submission Details: Interested Businesses Shall Submit A Brief Capabilities Statement Package (no More Than Ten (10) 8.5 X 11 Inch Pages, Font No Smaller Than 12 Point, 1.5 Line Spaced), In Bullet Point Format, Demonstrating Their Ability To Perform The Services Described Herein No Later Than 06 February 2025 [15 Days]. The Capability Statement Packages Shall Be Sent By Email To Jeda.m.yurko.civ@us.navy.mil And Jessica.l.guy-deitrich.civ@us.navy.mil. Submissions Must Be Received At The Office And/or Email Cited No Later Than 3:00 P.m. Eastern Standard Time On The Dates Listed Above. Questions Or Comments Regarding This Notice May Be Addressed To Procuring Contracting Officer (pco), Jessica Guy-dietrich Or Contract Specialist, Jeda Yurko At The Above Email Addresses. All Responses Shall Include Company Name, Company Address, Company Business Size, And Points-of-contact (poc) Including Name, Phone Number, Fax Number And Email Address.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: The Naval Air Warfare Center, Weapons Division (nawcwd), Intends To Procure, On An Other Than Full And Open Competition Basis In Accordance With Far 6.302-1 A Firm Fixed Price (ffp) Commercial Contract With Sierracin Corporation, 12780 San Fernando Rd., Sylmar, Ca 91342, For The Acquisition Of Services To Research And Develop Procedures To Replace The Indium Tin Oxide (ito) Currently Used As The Heater Film In The Deicing System Of A V22 Windscreen With Aluminum-doped Zinc Oxide (azo) Film. the Outer Ply Of The V22 Windscreen Is Stretched Acrylic (sa) And Will Be Referred To Here As The Sa Faceply. The Contractor Shall Apply The Azo Heater Film To The Inside Surface Of The Sa Faceply Using A Process That Does Not Heat The Sa Faceply Above 60°c To Ensure The Sa Faceply Does Not Change Shape And The Surface Does Not Thermally Deform. Application Of Azo Shall Use A Large Manufacturing Magnetron Sputtering Chamber Large Enough To Coat An Actual V22 Windscreen Sa Faceply. In Addition, The Process Used To Apply The Azo To The Sa Faceply Must Be Of The Appropriate Scale To Coat The Entire Inside Surface Of The Sa Faceply. In Other Words, The Sa Faceply Cannot Be Cut Up Into Smaller Segments, Coated And Then Reassembled. performance Requirements For The Azo-coated Coupons: • Sheet Resistance Of 18 Ohms/sq Or Lower • Average Values Of Visible Light Transmission (vlt) Of 70% Or Higher • Average Values Of Night Vision Transmission (nvis) Of 70% Or Higher this Effort Shall Be Comprised Of Three Phases, And The Period Of Performance For This Contract Is Estimated At 4-months For Each Phase For A Total Of 12-months. in Phase 1, The Contractor Shall Develop The Process Parameters For Azo In A Large Manufacturing Magnetron Sputtering Chamber Using 4” X 12” X 0.25” Coupons. at The End Of Phase 1, The Contractor Shall Deliver At Least One Azo-coated Coupon That Nawcwd Can Measure To Verify Sheet Resistance And Transmission Requirements Listed Above And A Final Phase 1 Report Containing The Devopled Procedures. The Report Shall Also Contain The Sheet Resistance, Vlt, Nvis, Crosshatch Adhesion, Four Point Bending Test And Bond Tensile Test Results. in Phase 2, The Contractor Shall Scale Up The Process To Coat Larger 10” X 30” X 0.25” Coupons That Simulate The Size Of One Of The Heating Zones In An Actual V22 Windscreen Sa Faceply. The Azo-coated Coupons Shall Be Evaluated For Optical Performance, Sheet Resistance Uniformity And Heating Uniformity Before And After Laminating. Laminates Shall Be Exposed To Extensive Thermal Cycling Tests Involving At Least 50 Cycles Of Heating And Cooling From -30°f To 120°f During At Least 10 Days Of Testing. Sheet Resistance Shall Be Measured Before And After The Extensive Thermal Cycling Tests. Bond Tensile Tests Shall Be Performed To Understand And Improve Adhesion Of The Azo To Different Adhesives, Primers And Binder Layers. at The End Of Phase 2, The Contractor Shall Deliver At Least One Azo-coated Laminate That Nawcwd Can Measure To Verify Sheet Resistance And Transmission Requirements Listed Above And A Final Phase 2 Report. The Report Shall Also Contain The Sheet Resistance, Vlt, Nvis, Video Thermography And Thermal Cycle Test Results. in Phase 3, The Contractor Shall Coat An Actual V22 Faceply With Azo And Incorporate The Azo-coated Sa Faceply Into A Windscreen/heater Assembly That Can Be Evaluated And Tested Under Real-world Conditions. at The End Of Phase 3, The Contractor Shall Deliver A Final Report. The Final Report Shall Contain Information, Photos And A Summary Of Results That Will Help Determine If Further Performance And Environmental Testing Of A Full-scale V22 Windscreen/heater Assembly Incorporating An Azo Heater Film Should Be Pursued. The Report Will Also Contain The Bus-to-bus Resistance, Vlt, Nvis And Video Thermography Test Results. this Notice Of Intent Is Not A Request For Competitive Proposals; However, Any Firm Believing It Can Fulfill The Requirement Identified Above May Submit A Written Response To Be Received At The Contracting Office No Later Than 22 Jan 2025, Which Shall Be Considered By The Agency. The Written Response Shall Reference Solicitation Number N6893625q0026 And Provide A Capability Statement That Clearly Indicates The Firm’s Experience, Assets, Background, And Ability To Perform The Required Work Without Compromising The Quality, Accuracy, Reliability, And Schedule. ` the Government Will Consider All Information Received Via Email To The Contract Specialist And Contracting Officer By 22 January 2025 At 12:00 Pm Pst. A Determination By The Government Not To Compete This Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. No Telephone Responses Will Be Accepted. Any Submissions Or Questions Shall Be Submitted Via Email To The Point Of Contacts Listed Below. interested Firms Must Be Registered In The System For Award Management (sam) Database At Https://sam.gov/ To Start Doing Business With The Federal Government.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Delhi Metro Rail Corporation - DMRC Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Old/scrapped Cng Ac Bus Viz.dl-1pc-1720, Make- Swaraj Mazda. Note: 1. Firstly, Before Taking Delivery Of Any Vehicle(s) The Successful Bidder Shall Furnish The Undertaking So As To Indemnify Dmrc Against Any Claim Which May Be Raised By Any 3rd Party For Any Incident/accident Involving The Vehicle(s) After Its/their Delivery To Purchaser. Secondly, The Certificate Of Deposit (cod) For Each Vehicle Issued By A Registered Vehicle Scrapping Facility (rvsf) As Per Format Circulated By Morth Vide Their Latest Notification In This Regard Shall Be Submitted By Successful Bidder Within 24 Hours Of Taking Delivery Of The Vehicle. Finally, The Certificate Of Scrap (cvs) Issued By A Rvsf And The Proof Of Deregistration Of The Vehicle Shall Be Submitted By Successful Bidder To Dmrc Within 45 Days From Handing Over The Vehicles. 2. Bidder In Any Case Shall Not Use The Vehicles For Any Purpose Other Than Scrapping. 3. The Free Delivery Period For The Entire Lot Shall Be 50 Days From The Date Of Acceptance Of Bid Of Successful Bidder. 4. The Successful Bidder Shall Also Ensure To Get The Vehicles Scrapped By A �registered Vehicle Scrapping Facility (rvsf)� As Notified Under Government Registration And Functions Of Vehicle Scrapping Facility, (rvsf) Rules 2021 And Its Subsequent Amendments Issued By Ministry Of Road Transport And Highways (morth). For Each Vehicle The �certificate Of Vehicle Scrapping� Issued By �registered Vehicle Scrapping Facility (rvsf)� Will Have To Be Submitted To Dmrc Within 45 Days From The Date Of Delivery Of Each Vehicle. The Successful Bidder Shall Entirely Be Responsible For Ensuring The Ultimate Disposal Of These Vehicles As Per The Provisions Of Motor Vehicle (registration & Functions Of Vehicle Scrapping Facility, (rvsf) Rules 2021 And Its Subsequent Amendments Issued By Ministry Of Road Transport And Highways And An Undertaking Shall Be Furnished By Him In This Regard At The Time Of Delivery Of Vehicles. 5. No Claim For Missing Parts/components Or Anything Else Will Be Entertained. 6. 10% Emd Value Of Successful Bidder Will Be Withheld As Pbg And Vendor Has To Pay (100% Sale Value + Gst+ Tcs) To Dmrc Ltd After Lot Got Sold. After Successful Completion/delivery Of The Lot And Submission Of Certificates/documents As Per Auction�s Terms And Conditions Withheld Emd Amount (retained As Pbg) Shall Be Released To Vendor.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Goods
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Description: * Bus Differential And Breaker Fail Relay: Sel 487b With Conventional Secondary Outputs, Partno. 0487b1x6x12xc2xeh7eexxx Or Equivalent Specification: Sel 487b (487b#tb5v), Partno. 0487b1x6x12xc2xeh7eexxx Or Equivalent Device With Similar Specification. Power Supply: 125-250 Vdc Or 110-240 Vac Secondary Inputs: 1a Phase Ac Input Channels: 3 Ac Voltage, 21 Ac Current Ethernet Communication Protocols: Ftp, Telnet, Dnp3 Lan/wan, And Iec 61850 Ethernet Connection Options : Ethernet Card With Two 100base-fx Connectors Mainboard Input Voltage: 125 Vdc I/o Control Input Voltage: 125 Vdc Or Vac I/o Contact Outputs Specs: 32 Common Inputs, 12 Independent Inputs, 12 High-speed High-current Interrupting Form Outputs, 4 Standard Form Outputs. *****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.-----
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender

Manpower Supply
United States
Details: The Purpose Of Solicitation Amendment He125425re002_0003 (amd3) Is To: 1) Update The 52.212-1 Addendum Under The "page, Size And Format" Paragraph To State, "the Staffing And Vehicle Approach, As Well As The Past Performance Volumes Of The Proposal Are To Be Submitted In Accordance With The Chart Provided Under Proposal Content And Format Instructions;" And 2) Provide An Updated Attachment X2 Personnel To Add "dispatcher" And "sto Assistant" Labor Categories To The "personnel List" Tab. ------------------------------------------------------------------------------------------------------------------ the Purpose Of Solicitation Amendment He125425re002_0002 (amd2) Is To: extend The Proposal Due Date To Friday, 10 January 2025. ------------------------------------------------------------------------------------------------------------------ the Purpose Of Solicitation Amendment He125425re002_0001 (amd1) Is To: a. Include Two (2) Attachments Referenced In The Solicitation, #18 And #37 In The List Of Attachments Table On Page 53. b. The Following Four (4) Revisions To 52.212-1 Addendum Instructions To Offerors On Page 71 Of The Solicitation: (1) Instructions For Submitting Attachment X6, "non-disclosure Agreement" Have Been Revised To "please Provide The Company's Name And Point Of Contact To Include Name, Title, Address, Email, Phone Number, Company's Unique Entity Identifier/id, Cage/nato Cage Code In The Body Of The Email." (2) Under The Submission Of Offers, To Revise The Proposal Due Date For This Solicitation From Monday, 16 December To Extended Date Of Friday, 20 December 2024. (3) Table On Page 72 Containing Proposal Content And Instructions Has Been Revised At The Fourth Row Pertaining To Document Volume I, To Include Pdf As Additional Format To Submit Copies Of All Certified Subcontractor Agreements Along With The Excel Attachment X2 "personnel." (4) Removal Of Any Reference/addendums To Paragraphs (d), (e), (g), (h), And (i) Of Far 52.212-1. Those Paragraphs Are Therefore Unchanged, Andare Applicable As Written In Their Subject Clause Far 52.212-1. c. One (1) Revision To The 52.212-2 Addendum Under Factor 1, Subfactor 1: To Correct Due Date For Offeror's Proposed Personnel's Required Credentials From 01 August 2024 To 01 August 2025. d. To Post Questions & Answers Received For This Solicitation. ----------------------------------------------------------------------------------------------- the Department Of Defense Education Activity (dodea) Is Requiring Studenttransportation Daily Commute (dc) And Special Education (sped) Transportation Services In Support Of Dodea-pacific West District Schools Located On The Island Of Guam. the Government Intends To Award A Single Firm-fixed Price (ffp), Indefinite Delivery/indefinite Quantity (idiq) Contract(s) To The Offeror's Proposal That Represents The Best Value To The Government. This Acquisition Will Be Conducted In Accordance With Far Parts 12 And 15, Utilizing The Best Value Tradeoff Approach As Outlined In Far Subpart 15.101-1. In Addition, Any Potential Awardee Will Need To Be Deemed Responsible In Accordance With Requirements Of Far Part 9. the Requirement Consists Of Servicing 3 School Zones On The Island: 1. Mccool Schools Zone – Covers The South Region Of Guam. There Are Two (2) Schools: Mccool Elementary And Mccool Middle, Requiring Approximately Twelve (12) Bus Routes. 2. Andersen Schools Zone – Covers The North Side Of The Island. There Are Another Two (2) Schools (andersen Elementary And Andersen Middle), Requiring Approximately Eleven (11) Bus Routes. 3.guam High School Zone – Encompasses Both North And South Regions Of Theisland, Requiring Approximately Twelve (12) Bus Routes. refer To Subject Solicitation And Its Attachments For Specific Details.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Municipal Administration of the City Tender

Services
Others...+1Electrical and Electronics
Lithuania
Details: Title: Rekreacinės Erdvės Sukūrimas Atgaivinant Berčiūnų Miško Parką description: Projektuojama Teritorija: Berčiūnų Miško Parko Teritorija, Esanti Panevėžio Miesto Teritorijoje, Kurią Riboja Sanžilės Kanalas, Nevėžio Upė, Geležinkelio Linijos Ir J. Janonio Gatvė, Apie 50 Ha. Tikslas: Sukurti Rekreacinę Erdvę Atgaivinant Berčiūnų Miško Parką, Kuri Skatintų Aktyvaus Poilsio Ir Rekreacinių Veiklų Panevėžio Mieste Vystymą, Gerintų Panevėžio, Kaip Žalio Miesto Įvaizdį, Kurtų Papildomas Galimybes Laisvalaikio Veikloms Miestiečiams Bei Miesto Svečiams Ir Tobulintų Miesto Viešųjų Erdvių Estetinę Išraišką Ir Architektūrinę Stilistiką. Projekto Konkurso Tikslas – Iš Projekto Konkursui Pateiktų Projektų (projektinių Pasiūlymų) Išrinkti Geriausią Rekreacinės Erdvės Sukūrimo Atgaivinant Berčiūnų Miško Parką Sutvarkymo Projektą, Pagal Kurį Bus Rengiami Projektiniai Pasiūlymai Ir Techninis Darbo Projektas. Projektinių Pasiūlymų, Techninio Darbo Projekto Parengimo Ir Projekto Vykdymo Priežiūros Paslaugų Kaina Negali Būti Didesnė Nei 450 000,00 Eur Su Pvm.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

City Of Tarlac Tender

Publishing and Printing
Philippines
Details: Description Printer, 3-in-1, Print-scan-copy, Inkjet, A4, Black/colored, 180 X 1 Nozzles, Black, 59 X 1 Nozzles Per Color (cyan, Yellow, Magenta); 5760 X 1440 Dpi Universal Serial Bus (usb) Drive, 32gb Sign Pen, Red, 0.5, 1 Doz./box Sign Pen, Black, 0.8, 1 Doz./box Expandable Folder (long) White Folder (long) Brown Envelope (short) Brown Envelope (long) Paper Clips (big), 100s/box Binding Clips, Small, 12pcs/box Binding Clips, Big, 12pcs/box Stamp Ink, 30ml, 5s Stamp Pad Highlighter Pens, 10s Sticky Notes Stapler, Heavy-duty, With Remover Scissors, Heavy-duty Magazine Box Document Tray, 2l Push Pins Masking Tape, 1-inch Correction Tape Epson Ink, L200 (c, Y, M, B) Bond Paper (long) Bond Paper (short) Bond Paper (a4)
Closing Date4 Feb 2025
Tender AmountPHP 197.4 K (USD 3.3 K)

U S COAST GUARD USA Tender

Machinery and Tools
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4710-12-346-9716 tube Assembly Set Metallic fuel Line Set For The Main Diesel Generator engine mfg: Man Truck Bus part Number: 51.10303-6101 quantity: 10 Each item 1) nsn: 2910-12-346-9714 injector Fuel Assembly utilized On Main Ssdg Diesel mfg: Man Truck Bus part Number: 51.10100-7377 quantity: 45 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333618 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Man Truck Bus And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 20, 2025 At 10:00 Am Eastern Standard Time.email Proposed Quote Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Philippine Rural Development Project - PRDP Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex "a". Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex "a", Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex "a" To The Office Of The Prdp Npco Procurement Unit/sbac Secretariat, At The 4th Floor, New Da Building, Da Compound, Elliptical Road, Diliman, Quezon City Or Email At Prdpsbacsec@gmail.com On Or Before February 11, 2025 At 10am. For Clarifications, You May Contact Da-prdp Procurement Unit At Telephone Nos. (02) 8928-8751 Local 2878. 2 Unit Bus Rental Date: February 24-28, 2025 Venue: Pampanga (region 3) All-in, Pick-up And Drop Off At Da Central Office, Q.c To Venue (vice Verza) Seating Capacity: 40-50 Including Toll Fees And Fuel
Closing Date14 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)

Essex County Council Tender

Transportation and Logistics
United Kingdom
Details:

essex County Council Has Established A Dynamic Purchasing System (dps) For The Procurement Of Its Transport Services Including Education Transport Comprising Transport To Mainstream And Special Educational Needs Schools, Social Care Transport For Both Adults And Children And Local Bus Services. We Are Looking To Open Up Our Access To The Market Through The Use Of A Dps, Where New Suppliers Can Join An Approved List At Any Time Throughout The Lifetime Of The Initial 2 Year Contract Which Can Be Extended By Up To A Further 24 Months. Through The Introduction Of More Choice In The Market, Essex County Council Is Ensuring That It Follows Best Procurement Practice By Allowing Healthy Competition For Each Requirement. Once A Supplier Has Enrolled On The Dps, They Will Benefit From The Process Efficiencies That Come With The Use Of A Technology Platform. Suppliers Will Need To Register And Enrol For The System Once In Order To Be Able To Bid For Work The System Is Fully Mobile Compatible And Will Be The Only Route To Market For Essex County Council. For Full Details Of How To Join The Dps And Have Access To These Requirements Please Read The Guidance Documents And Information Provided. Whilst Suppliers Can Register And Enrol At Any Time Operators Are Encouraged To Submit Their Registration And Enrolment As Soon As Possible.

Closing Date2 Jan 2025
Tender AmountRefer Documents 
5811-5820 of 6215 archived Tenders