Bus Tenders
Bus Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-015881640-p8, Ref Nr 1709973a, Qty 12 Ea, Delivery Fob Origin. 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.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-015887538-p8, Ref Nr 1500-2460-004, Qty 3 Ea, Delivery Fob Origin. This Part Is A Commercial/nondevelopmental/off-the-shelf Item. Commercial Item Descriptions, Commercial Vendor Catalog Or Price Lists Or Commercial Manuals Assigned A Technical Manual Number Apply. 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.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-016913816-p8, Ref Nr 822-2532-100, Qty 3 Ea, Delivery Fob Origin. The Data Needed To Acquire/repair This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possibleto Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. 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.
DEPT OF THE AIR FORCE USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Description: Amendment 3:the Proposal Submission Due Date Has Been Extended To 10:00am Eastern Time, 29 Jan 2025. The Solicitation Document Has Been Updated To Incorporate Far 52.223-2 Reporting Of Biobased Products Under Service And Construction Contracts. sam Post Update 21 Jan 2025:final Rfi Responses Incorprated In Q&a Attachment. amendment 2: The Proposal Submission Due Date Has Been Extended To 10:00am Eastern Time, 28 Jan 2025. The Solicitation Document Has Been Updated To Incorporate A Revised Attachment 1- Pws, Dated 15 January 2025, And Questions And Answers Have Been Uploaded/attached To This Post In An Excel Spreadsheet. Final Questions/rfis Are Due No Later Than 10:00am Eastern Time, 21 January 2025. amendment 1: The Solicitation Document Has Been Updated To Incorporate The Most Current Wage Determination. Site Visit Has Been Rescheduled. Please See Updated Site Visit Information Provided. Rfi/questions Are Due No Later Than 6:00pm 10 January 2025. combined Synopsis/solicitation this Is A Combined Synopsis/solicitation (“synopsitation” Hereafter), Which Is Expected To Result In Award Of A Firm Fixed Price Contract For Commercial Services, I.e. Dormitory Maintenance As Described In The Performance Work Statement (attachment 1). The Synopsitation Is Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. An Award, If Any, Will Be Made To The Responsible Offeror Who Submits A Proposal That (1) Conforms To The Requirements Of The Synopsitation; (2) That Receives A Rating Of “acceptable” On The Technical Capability Evaluation Factor (attachment 2); And (3) That Submits The Proposal With The Lowest Total Evaluated Price (tep), Provided That The Tep Is Not Unbalanced And Is Fair And Reasonable. The Government Reserves The Right To Award Without Discussions Or Make No Award At All Depending Upon (1) The Quality Of Proposals Received And (2) The Price Fair And Reasonableness Of Proposals Received. synopsitation Number: Fa8601-25-r-0003 naics Code: 561210 small Business Size Standard: $47m set-aside: Yes 8(a) Set Aside site Visit: A Site Visit Will Be Held On 8 January At 12:00pm Eastern, At The Dormitories In Area A Wpafb. location: All Personnel Will Meet At Hope Hotel, 10823 Chidlaw Rd, Wright Patterson Afb, 45433, At 12:30pm Wednesday 8 January. Once Everyone Signs In, We Will Load Onto A Bus Provided To Move To The Dormitories To View The Site Area. All Personnel Will Be Returned To Hope Hotel Upon Completion. A Base Visitor Pass Is Now Required For All Visitors To Have Base Access. Information On How To Acquire A Base Visitor Pass Will Be Provided Directly To All Those Who Have Already Submitted Employee Names For The Site Visit. synopsitation Closing Date: Proposals Must Be Received Not Later Than 10:00am Eastern, 28 January 2025 submit Electronic Proposals Via E-mail To: Amanda.cafarella@us.af.mil And Alyssa.wickman@us.af.mil finalquestions And Rfis Are Due No Later Than 10:00am Eastern, 21 January 2025 any Correspondence Sent Via E-mail Must Contain The Subject Line “synopsitation Fa8601-25-r-0003”. The Entire Proposal Must Be Contained In A Single E-mail That Does Not Exceed 15 Megabytes Including Attachments, If Any. E-mails With Compressed Files Are Not Permitted. Note That E-mail Filters At Wright-patterson Air Force Base Are Designed To Filter E-mails Without Subject Lines Or With Suspicious Subject Lines Or Contents (i.e., .exe Or .zip Files). Therefore, If The Specified Subject Line Is Not Included, The E-mail May Not Get Through The E-mail Filters. Also Be Advised That .zip Or .exe Files Are Not Allowable Attachments And May Be Deleted By The Email Filters At Wright-patterson. If Sending Attachments With Email, Ensure Only .pdf, .doc, .docx, .xls Or .xlsx Documents Are Sent. The Email Filter May Delete Any Other Form Of Attachments. address Questions Regarding This Synopsitation To Amanda Cafarella Via Email At Amanda.cafarella@us.af.miland Cc Alyssa Wickman At Alyssa.wickman@us.af.mil.
Clark Development Corporation Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 51.6 K (USD 882)
Details: Description Fm-cdc-pd-05 Rev01 Clark Development Corporation Clark Freeport Zone, Philippines Request For Quotation The Clark Development Corporation, Through Its Purchasing Division(pd), Invites Suppliers/ Manufacturers/contractors To Send Proposal For The Hereunder Project: Name Of Project :parts, Repair And Maintenance Of Motor Vehicles (preventive Maintenance) App No.:g 2025-032 Location:clark Freeport Zone, Phils. Brief Description:performs 90,000 Kms Preventive Maintenance Services For One (1) Unit Golden Dragon Bus (see Attached Rfq For Full Details) Approved Budget:php51,629.00 Duration:fifteen (15) Calendar Days Prospective Suppliers/manufacturers/contractors Should Have Experience In Undertaking Similar With The Proposed Project. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Procedures Shall Be Governed By The Pertinent Provisions Under Section 53.9 Of R.a. 9184 And Its Implementing Rules And Regulation (irr) And Guidelines On Small Value Procurement (gppb Resolution 09-2009 Dated November 23, 2009). The Prospective Suppliers/manufacturers/contractors/ Consultants Must Submit Their Proposal, With The Following Legal Documents: (a) Valid Mayor/ Business Permit; (b) Valid Philgeps Registration; (c ) Latest Income Tax Return (bir Form No. 1701 For Sole Proprietorship; Bir Form No. 1702 For Partnership And Corporation), For Projects With Approved Abc Above Php 500,000.00; (d) Valid Pcab License (for Contractors), (e ) Professional License (for Consulting Services), In A Sealed Envelope On Or Before January 24, 2025, 9:00 A.m. At The Address Given Below: Purchasing Division Clark Development Corporation Bldg. 2121 C.p. Garcia Street, Cdc Corporate Center, Clark Freeport Zone Philippines 2023 Tel. Nos. (045) 599-3536 Telefax, Trunk Line: 045-599-9000 Loc. 783/784 E-mail:florante.tanhueco@clark.com.ph Website:www.clark.com.ph Cdc Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Cdc Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: (original Signed) Rodgardo M. Deang Pd Manager
OPERATEUR DE TRANSPORT DE WALLONIE Tender
Transportation and Logistics
Belgium
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Title: Recouvrement Des Créances Impayées Pour Le Compte De L'otw
description: Description Du Marché : L’opérateur De Transport De Wallonie (otw) Est Une Société De Transport Public Active En Wallonie Depuis 1991. Il Transporte Annuellement Près De 150 Millions De Voyageurs Sur Ses Lignes Régulières. Pour Financer Une Partie Des Coûts De Ce Transport, L’otw Perçoit Des Recettes De Différentes Manières : Les Recettes Des Titres De Transport (prépaiement), La Facturation B2b Et B2c (postpaiement) Ainsi Que La Perception Des Amendes Administratives (en Cas De Non-paiement Ou D’incivilité À Bord Du Bus). Certaines De Ces Créances Restent Malheureusement Impayées Et Doivent Faire L’objet D’une Procédure De Recouvrement. Jusqu’à Maintenant, Ces Procédures Ont Été Gérées Localement Par Les Différentes Business Units (au Nombre De Cinq). Au Mois De Juin 2024, Le Comité De Direction De L’otw A Décidé D’harmoniser Les Procédures De Recouvrement Et De Lancer Un Marché Public Afin De Recouvrer Ces Créances Sur L’ensemble De La Wallonie. Les Recettes De L’otw Sont Réparties Comme Suit (les Recettes Des Titres De Transport Sont Exclues Du Périmètre Car Payées Anticipativement) : Factures Transport Scolaire Autres Factures Amendes Nombre 1.500 8.500 30.000 Nombre De Dossiers En Recouvrement 70 25 6.000 Montant Moyen En Recouvrement 120 Euros 3.500 Euros Entre 75 Et 300 Euros Des Informations Complémentaires Se Trouvent Dans La Partie Iii Description Des Exigences Techniques. La Société De Recouvrement Choisie Devra Réaliser Toutes Les Étapes Du Processus De Recouvrement (appels Téléphoniques, Visites À Domicile, Analyse Des Banques De Données Disponibles, …) En Ce Compris Faire Appel À Un Huissier Ou À Un Avocat Si La Situation Financière Du Créancier Le Permet. Lieu De Prestation Des Services : Région Wallonne
MUNICIPALITY OF ANILAO Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 89.3 K (USD 1.5 K)
Details: Description 1.) 1 - Unit - 2000-watts 12-inch 2-way Powered Loudspeaker *2000w Peak (1300 Lf Driver + 700hf)1000w Continuous Rms (650lf + 350 Hf) *12 Inch (305mm) Lf Driver, 3 Inch (76mm) High-temperature Voice Coil *1.4 Inch(35mm) Neodymium Magnet Hf Driver With Precision Waveguide *high Quality, Lightweight, Cabinet Design For Easy Transport Set Up & Installation *integrated 2- 2-channel Mixer With Dual Xlr 1/4 " Combo Mic/ Line Inputs, Xlr Link Output, Contour Eq Switch & Ground Lift Switch 2.) 1 - Unit - 8-ch Mixer With Effects *16 Total Inputs Including Xlr Jacks W/ Phantom Power On Ch.1-4 Onboard Alesis Digital Effects W/ 256 Variations *4 Mic Input Channels W/ Gold-plated Xlr & Balanced Line Inputs *two Stereo Input Channels W/ Balanced Trs Jacks *3 Band Eq Each Channel * 2 Aux Send Per Channel & 2 Bus Design 3.) 1 - Unit - Adjustable Speaker Stand Mid Size Speakers, Tubing: 1 3/8 Or 1 1/2 Heavy Duty, Can Hold Up To 73kg Height Adjustment: 44" - 80 ", Base Spread 32"-48" 4.) 1 - Unit Wireless Microphone 2 Wireless Mic Power Consumption:7.5w , Audio Quality 38.4khz/16bits Weight:550 + 50g 5.) 1 - Unit - Channel Power Controller *3 Prong Outlets X 10, Size W 48.5 X D 9.5 H 5cm Power Switch W/ Light Indicator X 10, With Rack Mount Holes On The Side 10 Lighted Switches On The Front Panel, 15 Amperes Resettable Circuit Breaker On The Front Panel Maximum Load: 15a Or 1800 Watts, 1ru Rack Unit Mount Space 6.) 1 - Unit - Audio Jack (adaptor) 7.) 1 - Unit - "400w Power Station Inverter Pr400x Power-station Power Bank Ltvar" Capacity: 24, 0000 Mah Operating Voltage: Dc 11-14 5 V, Output: 220v 10% 12v Dc Socket, Usb 5v Socket
OPERATEUR DE TRANSPORT DE WALLONIE Tender
Transportation and Logistics
Belgium
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Title: Recouvrement Des Créances Impayées Pour Le Compte De L'otw
description: Description Du Marché : L’opérateur De Transport De Wallonie (otw) Est Une Société De Transport Public Active En Wallonie Depuis 1991. Il Transporte Annuellement Près De 150 Millions De Voyageurs Sur Ses Lignes Régulières. Pour Financer Une Partie Des Coûts De Ce Transport, L’otw Perçoit Des Recettes De Différentes Manières : Les Recettes Des Titres De Transport (prépaiement), La Facturation B2b Et B2c (postpaiement) Ainsi Que La Perception Des Amendes Administratives (en Cas De Non-paiement Ou D’incivilité À Bord Du Bus). Certaines De Ces Créances Restent Malheureusement Impayées Et Doivent Faire L’objet D’une Procédure De Recouvrement. Jusqu’à Maintenant, Ces Procédures Ont Été Gérées Localement Par Les Différentes Business Units (au Nombre De Cinq). Au Mois De Juin 2024, Le Comité De Direction De L’otw A Décidé D’harmoniser Les Procédures De Recouvrement Et De Lancer Un Marché Public Afin De Recouvrer Ces Créances Sur L’ensemble De La Wallonie. Les Recettes De L’otw Sont Réparties Comme Suit (les Recettes Des Titres De Transport Sont Exclues Du Périmètre Car Payées Anticipativement) : Factures Transport Scolaire Autres Factures Amendes Nombre 1.500 8.500 30.000 Nombre De Dossiers En Recouvrement 70 25 6.000 Montant Moyen En Recouvrement 120 Euros 3.500 Euros Entre 75 Et 300 Euros Des Informations Complémentaires Se Trouvent Dans La Partie Iii Description Des Exigences Techniques. La Société De Recouvrement Choisie Devra Réaliser Toutes Les Étapes Du Processus De Recouvrement (appels Téléphoniques, Visites À Domicile, Analyse Des Banques De Données Disponibles, …) En Ce Compris Faire Appel À Un Huissier Ou À Un Avocat Si La Situation Financière Du Créancier Le Permet. Lieu De Prestation Des Services : Région Wallonne
OPERATEUR DE TRANSPORT DE WALLONIE Tender
Transportation and Logistics
Belgium
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Title: Recouvrement Des Créances Impayées Pour Le Compte De L'otw
description: Description Du Marché : L’opérateur De Transport De Wallonie (otw) Est Une Société De Transport Public Active En Wallonie Depuis 1991. Il Transporte Annuellement Près De 150 Millions De Voyageurs Sur Ses Lignes Régulières. Pour Financer Une Partie Des Coûts De Ce Transport, L’otw Perçoit Des Recettes De Différentes Manières : Les Recettes Des Titres De Transport (prépaiement), La Facturation B2b Et B2c (postpaiement) Ainsi Que La Perception Des Amendes Administratives (en Cas De Non-paiement Ou D’incivilité À Bord Du Bus). Certaines De Ces Créances Restent Malheureusement Impayées Et Doivent Faire L’objet D’une Procédure De Recouvrement. Jusqu’à Maintenant, Ces Procédures Ont Été Gérées Localement Par Les Différentes Business Units (au Nombre De Cinq). Au Mois De Juin 2024, Le Comité De Direction De L’otw A Décidé D’harmoniser Les Procédures De Recouvrement Et De Lancer Un Marché Public Afin De Recouvrer Ces Créances Sur L’ensemble De La Wallonie. Les Recettes De L’otw Sont Réparties Comme Suit (les Recettes Des Titres De Transport Sont Exclues Du Périmètre Car Payées Anticipativement) : Factures Transport Scolaire Autres Factures Amendes Nombre 1.500 8.500 30.000 Nombre De Dossiers En Recouvrement 70 25 6.000 Montant Moyen En Recouvrement 120 Euros 3.500 Euros Entre 75 Et 300 Euros Des Informations Complémentaires Se Trouvent Dans La Partie Iii Description Des Exigences Techniques. La Société De Recouvrement Choisie Devra Réaliser Toutes Les Étapes Du Processus De Recouvrement (appels Téléphoniques, Visites À Domicile, Analyse Des Banques De Données Disponibles, …) En Ce Compris Faire Appel À Un Huissier Ou À Un Avocat Si La Situation Financière Du Créancier Le Permet. Lieu De Prestation Des Services : Région Wallonne
INDIAN HEALTH SERVICE USA Tender
Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: The Great Plains Area Indian Health Service Hereby Submits A Notice Of Intent To Award A Sole Source, Firm Fixed-price. Non-personal Service Purchase Order For A Nephrologists That Is Associated With The Dialysis Center In Ft. Yates, Is To Provide Onsite Service Ran By Sanford A Large Business. Without Onsite Services, Patients Will Have To Travel To Bismarck Nephrology Clinic For Consultations Prior To Be Seen For Dialysis. If Needed Which Would Result In Over 150-mile Roundtrip Visit. The Tribal Population Demographics Show One Of The Highest Poverty Levels In The United States. Having A Nephrologist Onsite Will Undue The Hardship To The Patients Which Would Likely Have To Forgo Treatment. The Vendor Must Be Able To Provide Continuity Of Care And Coordination Of Care For Ihs Patients And Non-ihs Dialysis Unit. Only One Dialysis Clinic Is Present In 60+ Mile Radius From Ft. Yates Clinic. Due To The Geographic Remoteness And Only One Dialysis Unit Is The Existing Tribal Infrastructure Including Bus Transportation Is Geared Towards Getting Patients To Sanford Ft. Yates Dialysis Clinic. The Period Of Performance Will Be For One (1) Year From The Date Of Award. The Acquisition Is To Provide Nephrologists Services To Patient Of The Standing Rock Service Unit At Fort Yates North Dakota. this Sole Source Contracting Action Is Pursuing A Waiver From Placing An Order On A Competitive Basis Pursuant To Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Is Based On This Vendor Is The Sole Company Within The Commuting Area That Has Working Knowledge Of The Specific Of The Dialysis Center In Ft Yates. the Total Estimated Value Is Less Than $61,000. Responses To This Notice Must Demonstrate Clear And Convincing Evidence That Sole Source Would Be Advantageous To The Government, Would Not Be Cost Or Time Prohibitive, And Would Not Hinder The Mission Objective Of Our Agency Standardization. The Determination Not To Compete This Proposed Contract Action Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered For The Purposes Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Be Responsible For Any Costs Incurred By Responding To This Notice. this Is Not A Request For Quotes Or Proposals. questions Or Comments To This Notice Of Intent Should Be Directed To Denese Carty, Purchasing Agent Via Email Only At Denese.carty@ihs.gov (phone Calls/voice Mail Messages Regarding Questions Will Not Be Accepted And Will Not Receive A Response). Please Indicate In The Subject Of Your Email: Notice Of Intent Question Submission – Ihs1504556, Nephrology Services Of South Dakota.
7111-7120 of 7473 archived Tenders