Cable Tenders
Cable Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Relay Distribution Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Relay Distribution Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements relay Distribution Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Relay Distribution Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Relay Distribution Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination. far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Dc Power Supply Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Dc Power Supply Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements dc Power Supply Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Justin Panecki, Justin.p.panecki2.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Dc Power Supply Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Dc Power Supply Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination. far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024, By 4pm Est.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Description: Presolicitation Notice presolicitation Notice page 6 Of 6
presolicitation Notice
*=required Field
presolicitation Notice page 1 Of 6
this Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. this Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
***all Submissions Shall Include The Following Statement: 644 - 36c26225q0411 Bone Mill Tray
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 339112 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Infusion Pump Units And Components That Can Address The Attached List Of Draft Requirements For Multiple Va Medical Centers. the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Salient Characteristics Requirements. For Instances Where Your Company Cannot Meet The Salient Characteristics Requirement(s), Please Explain. Also, Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Salient Characteristics Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Salient Characteristics?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained.
(15) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To John.harrison2@va.gov Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than 01/04/2025, By 4:00 Pm Est. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement. brand Name Information:
manufacturer & Part Number: Stryker Corporation 5420-100-000 type: Bone Mill Tray
possible Capabilities: Preparing Bones For Implantation equal To Product Information:
main Component: Bone Mill Tray
possible Capabilities: Preparing Bones For Implantation
***all Submissions Shall Include The Following Statement: 644 - 36c26225q0411 Bone Mill Tray
5400-704-000 1 The Mill Cable 4 Ea 5420-100-000 2 Bone Mill+ Base 4 Ea 5420-100-052 3 Bone Mill+ Software 4 Ea 5420-101-000 4 Bone Mill Plus Tray 4 Ea 7102-550-020 5 Bottom Perf 3/4 Container Hight 187 Mm 4 Ea 7102-550-030 6 Lid Ster Container 3/4 Size 4 Ea Total Cost: $ salient Characteristics a Milling Machine That Streamlines The Preparation Of Harvested Bone Saving Time And Manual Effort. The Bone Mill Consistently And Efficiently Produces Appropriately Sized Particles While Protecting The Bone From Heat. must Have Single Pass Cutting Action.
must Have High Volume Catch Tray To Hold Up To 120cc.
must Have Power Handle For Multiple Grip Points.
must Sit Flat And Upright And Be Able To Be Used For Mixing.
must Have 3 Sizes Of Blades Fine, Medium, And Coarse.
must Have Latch To Lock And Unlock Lid.
lid Must Be Transparent For Good Visibility.
must Be Able To Load Or Hold The Original Bone Along With Stripped Bone.
must Be Able To Connect To Core 2 Console.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Torque Meter Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Torque Meter Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements torque Meter Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Torque Meter Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Torque Meter Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination. far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Torque Meter Runout Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Torque Meter Runout Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements torque Meter Runout Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Torque Meter Runout Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Torque Meter Runout Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination. far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Arinc-429 Communication Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Arinc-429 Communication Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements arinc-429 Communication Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Justin Panecki, Justin.p.panecki2.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Arinc-429 Communication Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Arinc-429 Communication Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination. far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th, 2024 By 4pm Est.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania. project Description: the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus. the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov
Department Of Education Division Of Surigao Del Sur Tender
Food Products
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 94 K (USD 1.6 K)
Details: Description Item/lot No. Item & Description/technical Specification Approved Budget The Contract (abc) In Php Quantity Unit Of Measure Brand And Model No. Unit Cost Meals & Snacks Day 1 (january 22, 2025) Am Snack: Mango Shake, Kakanin, Cornbits/boybawang & Peanut 100 28 "lunch: Tinolang Isda, Fresh Garden Salad, Beef Salpicao, Leche Flan, C2 Juice" 300 28 Pm Snack: Tsokolate, Biko W/ Mango, Cornbits/boybawang & Peanut 100 28 "dinner: Chicken Inasal, Fish Fillet, Pork Humba, Pinakbet, Fruits Rice, Fresh Fruit Juice" 300 28 Accomodation 600 28 Day 2 (january 23, 2025) "breakfast: Fried Boneless Bangus, Hard Boiled Egg, Fried Rice Mango, Coffee/hot Choco" 200 28 Am Snack: Fresh Mango Juice, Kakanin, Cornbits/boybawang & Peanut 100 28 Lunch:chopsuey, Buffalo Wings, Sweet & Sour Fish, Fruits, Fresh Fruit Juice, Mango Sago 300 28 Pm Snack: Binignit, Tsokolate, Cornbits/boybawang & Peanut 100 28 "dinner: Escabetche,adobong Kangkong, Chicken Potato Salad Lechon Kawali, Rice, Fresh Fruit Juice" 300 28 Accomodation 600 28 Day 3 (january 24, 2025) Breakfast: Adobong Shrimp, Hard Boiled Egg, Rice, Fresh Fruits, Coffee/milo 200 28 Am Snack: C2 Juice, Chicken Pesto Pasta W/ Garlic Bread, Cornbits/boybawang & Peanut 100 28 Lunch: Kare-kare Shrimp Fillet, Caesar Salad W/ Dip Sauce, Rice, Coffee Jelly, Fresh Juice 300 28 Pm Snack: C2 Juice , Carbonara, W/ Toasted Garlic Bread, Cornbits/boybawang & Peanut 100 28 Food Minimum Requirements: Food Server, Food Station 1 For Every 50 Participants And 2 Station For 50 Up Participants (to Avoid Traffic), Water Station Venue Minimum Requirements: Available Genset Incase Of Power Outage, Wifi, Projector Screen, Sound System With Bluetooth Or Cabled Cennectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air Conditioned, Trashbins, Philiphine Flag Podium Delivery Period: 'january 22-24, 2025 Delivered To: Deped Division Of Surigao Del Sur, Balilahan, Mabua, Tandag City, Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq
Clark Development Corporation Tender
Electrical Cables And Wires...+1Electrical and Electronics
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 125.2 K (USD 2.1 K)
Details: Description Clark Development Corporation Clark Freeport Zone, Philippines Fm-cdc-pd-05 Rev01 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 : Supply Of Labor, Materials, And Services For Clark-dolores 230kv Substation App No. : G 2025-122 Location : Clark Freeport Zone, Philippines Brief Description : Supply Of Labor, Materials, And Technical Expertise For The Electrical Testing, Insulation Resistance (ir) Of Ct Cables Of 230kv And 69kv Substations. (see Attached For Details). Approved Budget : Php 125,250.00 Duration : Thirty (30) 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 Following Legal (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 Tax Clearance Certificate (e)valid Pcab License (for Contractors), (f) Professional License (for Consulting Services), In A Sealed Envelope On Or Before 21 January 2025; 8:00 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 : Jennileen.bautista@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
Manila International Airport Authority Tender
Machinery and Tools
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 5.1 K (USD 89)
Details: Description Sir/madam: Please Submit Your Lowest Price Quotation (including Taxes And Government Discounts) On Charged Account Basis, On The Following Supplies/materials/ Equipment On Line Item Bid Or If Labor, On Lump Sum Bid For The Account And Official Use Of The Authority. This Request For Quotation Or Your Formal Bid Proposal May Be Submitted Through E-mail At Procmiaa@gmail.com (see Note #1 For Details) Or Personally Submitted On A Sealed Envelope Stating The Company Name/address And Project Title With R.i.s. # Thru The Bid Drop Box At The Office Of The Procurement Division On Or Before February 3, 2025 @ 2:00 Pm. Please Synchronize Your Time With The Philippine Standard Time (pst) At Www.pagasa.dost.gov.ph Thank You. Benjamin T. Manalili Iii Oic, Procurement Division Notes: 1. Quotations May Be Submitted Either Typewritten (preferred) Or Handwritten. For Quotations Sent Thru E-mail, The File Must Be On A Compressed Folder (in .zip File Format) Which Shall Be Password-protected. The Password For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Thru E-mail. 2. Alternative Bids/a Bid With Options Shall Be Rejected. 3. Request For Quotation Can Be Obtained From The Office Of Procurement Division On January 31 To February 3, 2025. 4. Warranty Shall Be For A Period Of Three (3) Months, Which Shall Commence After The Final Acceptance Of The End-user. 5. Price Validity Shall Be For A Period Of 120 Calendar Days From Opening Of Bid. 6. Submit Sample/s And Brochure/s, If Applicable, Showing Specifications Of Product Being Offered. Likewise State The Brand In The Rfq Or Bid Proposal. 7. If Awarded, The Bidder Shall Submit The Required Registration Documents. Qty. Unit Description Of Articles Abc/unit Equipment Tools 1 Pc Network Crimping Tool 592.80 1 Pc Impact "punch Down" Tool 394.80 Personal Protective Equipment (ppe) 2 Pcs Safety Harness 754.80 Materials/consumables Various Supplies 3 Rolls Utp 25-pairs Cables (305m/roll) 300.00 10 Btls Electronics Contact Cleaner 178.33 \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ Prepared And Canvassed By: John Patrick P. Lazaro Procurement Officer Procurement Division Manila International Airport Authority Tel. No.: 877-1109 Local 4300
9651-9660 of 9920 archived Tenders