Call Center Tenders

Call Center Tenders

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Details: W912ee this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. solicitation Number W912ee25qa003 Is Being Issued As A Request For Quote (rfq) With The Intent To Issue One Firm-fixed Price Contract. This Solicitation Is Being Issued Under A 100% Small Business Set Aside. The Naics Code For This Procurement Is 324191 - Petroleum Lubricating Oil And Grease Manufacturing; With A Size Standard Of 900 Employees. This Procurement Is Being Conducted In Accordance With Regulations At Far Part 12 – Acquisition Of Commercial Items And Far Part 13 – Simplified Acquisition Procedures. the Usace Mvk Requires A Contractor To Provide All Plant, Labor, Equipment, Materials, And Supplies Necessary To Furnish And Deliver (over The Life Of The Contract) Up To 25,000 Gallons Of Exxon Mobil Gard 410 Nc (preferred Product), Or Chevron 710 Le 40 In Increments Averaging 2,000 Gallons Per Shipment Oil Shall Be Provided On An As Needed Basis As Instructed By The Usace Technical Poc. additionally, The Contractor Shall Provide All Plant, Labor, Equipment, Materials, And Supplies Necessary For The Removal, And Disposal Of Used Oil Up To 11,000 Gallons From The Dredge Jadwin And Its Fleet Over The Life Of The Contract. Oil Shall Be Removed/disposed On An As Needed Basis As Instructed By The Usace Technical Poc. The Contractor Shall Bill The Dredge Jadwin For The Oil At The Market Price Per Gallon Plus The Binding Markup Rate. All Work Shall Be Completed In Accordance With The Scope Of Work. all Offerors Shall Submit A Quote With Content As Specified Herein. Quotes Submitted Without The Specified Content May Be Determined Non-responsive And Removed From Further Consideration. offers Are Encouraged To Review All Clauses That Are Incorporated Into This Solicitation. ****special Attention Should Be Focused On Far 52.212-2 Evaluation – Commercial Products, As This Clause Outlines The Evaluation Factors For This Requirement. **** the Government Intends To Make One Award For One Firm Fixed Price Contract. Offers For Less Than The Required Delivery Will Not Be Accepted. The Government Intends To Award Without Discussions While Reserving The Right To Hold Discussions If Determined Advantageous To The Government. Offerors Are Encouraged To Provide Their Best Proposed Pricing In Their Initial Offer. notes To Offerors: bidding Schedule Must Be Returned With Your Quote. quotes Shall Be Submitted Electronically Via Email, To: Javonta.a.roper@usace.army.mil. For Information Concerning This Solicitation, Contact Javonta A. Roper At The Above Email Or By Phone At 601-631-5242. you Are Responsible For Reading All Information Contained In This Solicitation And All Attachments If Any Posted With It. offerors Should Check The Sam.gov Web Site Often For Modifications To This Solicitation. offerors Are Responsible For Ensuring Their Quotes Arrive Timely. technical Inquiries And Questions technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Bidder Inquiry In Projnet At (https://www.projnet.org). Offerors Are Encouraged To Submit Questions Early In The Advertisement Process, In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. Any Questions Submitted Within The 72 Hours Window Of The Solicitation Closing Date Are Not Guaranteed A Response Will Be Provided. To Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. the Solicitation Number Is: W912ee25qa003, Jadwin Lube Oil Requirement the Bidder/offeror Inquiry Key Is: Jijnk7-rphw5d specific Instructions For Projnet Bid Inquiry Access: from The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen. identify The Agency. This Should Be Marked As Usace. key. Enter The Bidder Inquiry Key Listed Above. email. Enter The Email Address You Would Like To Use For Communication. click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form. enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System. click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System. bidders/offerors Are Requested To Review The Specification In Its Entirety, Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry. The Call Center Operates Weekdays From 8am To 5pm U.s. Central Time Zone (chicago). The Telephone Number For The Call Center Is 800-428-help.
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Chemical Products
United States
Description: The Letterkenny Quailified Recycling Program Is Issuing An Invitation To Bid On The Sale Of Used Cooking Oil. This Is A Government Sale. The Duration Of This Solicitation Is For A 1 Year Term With 3 Option Years. If Interested, Please Open The Attached Sales Solicitation And Bid Sheet, Complete And Return To The Letterkenny Recycling Center. Ensure The Solicitation Is Completely Filled Out To Include A Signature, Date, Address, Telephone Number In The Designated Fields. Please Be Sure To Include Your Company's Offer Price On The Bid Sheet. Please Send Your Bid To Earl.j.veney.naf@army.mil. Please Respong By 2/5/2025 At 3pm Est. Please Call The Letterkenny Recycling Center At 717-267-5170 Or 717-267-5842 With Any Questions. All Bids Are Welcome.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Chemical Products
United States
Description: The Letterkenny Quailified Recycling Program Is Issuing An Invitation To Bid On The Sale Of Used Antifreeze. This Is A Government Sale. The Duration Of This Solicitation Is For A 1 Year Term With 3 Option Years. If Interested, Please Open The Attached Sales Solicitation And Bid Sheet, Complete And Return To The Letterkenny Recycling Center. Ensure The Solicitation Is Completely Filled Out To Include A Signature, Date, Address, Telephone Number In The Designated Fields. Please Be Sure To Include Your Company's Offer Price On The Bid Sheet. Please Send Your Bid To Earl.j.veney.naf@army.mil. Please Respong By 3/10/2025 At 3pm Est. Please Call The Letterkenny Recycling Center At 717-267-5170 Or 717-267-5842 With Any Questions. All Bids Are Welcome.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Description: The Letterkenny Quailified Recycling Program Is Issuing An Invitation To Bid On The Sale Of Used Motor Oil. This Is A Government Sale. The Duration Of This Solicitation Is For A 1 Year Term With 3 Option Years. If Interested, Please Open The Attached Sales Solicitation And Bid Sheet, Complete And Return To The Letterkenny Recycling Center. Ensure The Solicitation Is Completely Filled Out To Include A Signature, Date, Address, Telephone Number In The Designated Fields. Please Be Sure To Include Your Company's Offer Price On The Bid Sheet. Please Send Your Bid To Earl.j.veney.naf@army.mil. Please Respong By 3/10/2025 At 3pm Est. Please Call The Letterkenny Recycling Center At 717-267-5170 Or 717-267-5842 With Any Questions. All Bids Are Welcome.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

SURIGAO DEL NORTE STATE UNIVERSITY Tender

Telecommunication Services
Philippines
Details: Description Reference No. Pr # 25-02-0098 Price Quotation Form (bid Form) Sealed Bids Shall Be Dropped In The Bidders Box On Or Before 2:00 P.m. February 10, 2025, Placed At The Office Of The Chairman Of The University Bac. Thereafter, The Bidder's Box Shall Be Sealed Until The Chairman Of The University Bac Declares The Opening Of The Bids. Item Qty. Unit Name Of Supplies/specification Abc/item Unit Price Total No. (item) Subscription Of Dedicated Internet Access 1 1 Lot Subscription Of Dedicated Internet Access 145,600.00 Specification: -bandwidth: Full 1gbps Dedicated Internet Access -connectivity: Pure Optical Fiber Access Network -with 99.7% Availability Rate -with 25 Milliseconds Latency Domestic Mindanao -packet/frame Loss (≤1%) -jitter (≤20ms) -regular Monthly Preventive Maintenance Including Physical Link Inspection And In Service System Performance Note: -inclusive Of Vat The 145,600 Php Monthly Recurring Charge (mrc) -certify That The Cable Facility Being Used In The Connectivity Between The Provider Circuit Is Exclusively Owned And Operated By The Proponent; -provide Multi-router Traffic Grapher (mrtg) Account On Application Services. -provide 24x7 Call Center And Field Engineer Support Please Take Note Of The Following Instruction: 1. Total Abc = Php 145,600.00 2. The Total Stated Abc (approved Budget For The Contract) Must Not Be Exceeded In Your Quotation. 3. Interested Bidders Must Be Registered On Philgeps (philippine Government Electronic Procurement System). 4. Interested Bidders Must Provide An Omnibus Sworn Statement Following The Prescribed Format Of Philgeps. 5. Please Indicate The Brand Of The Item Quoted And Attach A Brochure Of The Product Offered, If Possible. 6. Physical Submission Of Quotations Should Be Dropped In The Bidding Box Located Within The Bac (bids And Awards Committee) Office. Quotations With Erasures That Are Not Sealed And Signed In An Envelope Will Not Be Accepted. Please Attach Copies Of Your Business Permit And Tax Clearance. 7. Online Submission Of Quotations Should Be Sent To Snsubac@gmail.com, The Official Email Of Snsu Bac. Please Attach Copies Of Your Business Permit And Tax Clearance. Delivery Period: Within Ten (10) Working Days With Five (5) Working Days Extension From Receipt Of Approved Purchase Order. The Surigao Del Norte State University Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Jonas Robert L. Miranda Bac Chairperson Name Of Establishment: ____________________________ Signature Of Authorized Representative: _________________________
Closing Date10 Feb 2025
Tender AmountPHP 145.6 K (USD 2.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Description: Page 2 Of 2 department Of Veterans Affairs (va) veterans Experience Office (veo) multi-channel Technologies (mct) veo Contact Center Support request For Information this Is A Request For Information (rfi) Only (as Defined In Far 15.201(e)) For Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), And All Other Small Business. This Is Not A Solicitation, And A Solicitation Is Not Available At This Time. Requests For A Solicitation Will Not Receive A Response. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received, Provide Feedback To Respondents With Respect To Any Information Submitted, Or Respond To Any Questions Or Comments That May Be Submitted In Response To This Rfi. This Notice Does Not Constitute A Commitment By The United States Government And Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement, And To Identify Interested And Potentially Capable Small Business Vendors Able To Provide Contact Center Staffing For An Established Tier 1 Level Contact Center Leveraging Existing Contract Center Technology/tools. Tier 1 Support Includes Being The First Line Of Resolution For Technical Call Inquiries And Include Answering General Inquiries About The Department Of Veterans Affairs (va) Benefits And Services, Directory Assistance, Communicating With Customer Through A Variety Of Communication Channels, Basic Assistance With Navigation Of Online Resources, Triaging Issues For Proper Disposition, Escalation Of Issues Beyond The Tier 1 Level To The Appropriate Resource, Documenting Into A Customer Relationship Management (crm) Tool And Troubleshooting Basic Access Issues. the Contractor Shall Provide Staffing To Tier 1 Call Centers To Meet Fluctuating Call Volume Operating In Varying Environments Including And Up To 24/7 Support. The Contractor Shall Provide Program Management Support And Baseline Contact Center Support Including Service Recovery. Service Recovery Is A New Focus Area In Va And The Contact Center Is A Leader In That Change Effort. Service Recovery Is The Process Or Reaction Taken To Return An Aggravated, Dissatisfied Customer To A State Of Calm Satisfaction. The Contractor Shall Understand And Have Experience With The Process Of Effectively Engaging Customers To Recover The Damage Done From A Prior Poor Customer Experience. This Could Originate From Direct (i.e., Phone) And Indirect (i.e., Chat, Text, Survey) Customer Interactions. The Contractor Shall Provide Program, And Management Support To Manage, Monitor, And Control All Subsequent Tasks Initiated And Completed By Contractor Staff To Maintain The Veterans Experience Office (veo) Contact Center Service To Veterans, Their Beneficiaries, Caregivers, Survivors, And Advocates. additionally, The Government Aims To Determine If Any Existing Contract Vehicles For Executing The Proposed Tasks Would Be A Viable Pathway. The Details Of The Forementioned Requirement Are Found In Rfi Attachment 1: Performance Work Statement Draft. 1. Background: the Va, Veo, Multi-channel Technology (mct) Is Charged With Enhancing Customer Experience Through The Various Channels Through Which Va And Its Customers Interact. Since Its Inception, Mct Has Connected Va S Lines Of Business And Office Of Information And Technology (oit) To Catalyze Change And Develop Solutions That Address The Needs Of Veterans, Their Family Members, Service Members, Veterans Service Organizations (vsos), And The Community Of Va Business Partners And Stakeholders. Veo S Contact Center Provides A Variety Of Public Facing Services Through The Work Of Both Government And Contractor Full Time Equivalent (fte) Staff. the Veterans Health Administration (vha) Is The Largest Integrated Health Care Network In The United States, With 1,294 Health Care Facilities Serving Over 9 Million Enrolled Veterans Each Year. When Va Cannot Provide The Care Needed, Va Authorizes Care To Veterans And Eligible Beneficiaries Using Community Resources, Referred To As Community Care For Veterans And Family Member Program (vfmp) For Family Member Beneficiaries. The Vha Office Of Integrated Veteran Care (ivc) Is Responsible For The Management Of The Veteran Community Care Program (vccp). the Veterans Benefits Administration (vba) Provides A Variety Of Benefits And Services To Service Members, Veterans, And Their Families. Vba Seeks To Understand The Unique Issues Veterans Face And Are Here To Help Veterans And Eligible Dependents To Obtain Compensation, Education, Health Care, Home Loan, Insurance, Pension, Vocational Rehabilitation And Employment, And Burial And Memorial Services. The Vba Support Line Is The Initial Point Of Contact For Veterans And Their Families To Get Started On Applying For Eligible Benefits. with All Three Organizations Requiring Call Center Support, This Performance Work Statement (pws) Hopes To Capture As Much Of The Common Requirements As Possible And Create Synergy To Better Help Each Organization Support Our Veterans And Their Families. planned Production: Second Quarter Of Fiscal Year (fy) 26 delivery Period: Second Quarter Of Fy26 To Second Quarter Of Fy30 * The Information Provided In The Rfi Is Subject To Change And Is Not Binding On The Government. instructions For Responding To This Rfi: confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). response Format/page Limitations: the Overall Total Page Limit For Responses To This Rfi Is Five (5) Pages. Responses Should Be Submitted In Microsoft Word Format With 12 Pt. Interested Parties Should Limit Marketing Material To Allow Sufficient Space For Adequately, Directly, And Substantively Responding With The Information Of Most Interest To The Government. Responses May Also Optionally Include The Provision Of Resumes Of Qualified Personnel That Demonstrate Expertise In The Domains. Resumes Will Not Count Towards The Page Limit. the Page Limit Will Not Count Against The Information Contained In The Rfi Attachment 2 Veo Contact Center Rfi Questionnaire. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. cover Sheet 1 Page: please Provide The Following Information: organization Name, Address, And Web Site. point Of Contact (poc) To Include E-mail Address And Telephone Number. business Size (large Or Small). If Small, Please Provide Type Of Small Business. north American Industry Classification System (naics) That Best Fits These Task Areas. company Tax Id Number (tin) company Cage Code And System For Award Management (sam) Unique Entity Id if Applicable, Gsa Contract Number And Multiple Award Schedule (mas). index 1 Page: please Provide An Index To Assist The Government In Identifying Where You Have Addressed Each Question Below In Your Capabilities Statement. Please Provide Question Number Corresponding Page And Section Heading And/or Paragraph Number. section 1 Shall Provide Administrative Information, And Shall Include The Following At A Minimum: name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And E-mail Of Designated Poc. the Number Of Pages In Section 1 Shall Not Be Included In The 5-page Limit. The 5-page Limit Begins After The Completion Of Section 1 (cover Sheet And Index). in All Correspondence Relevant To This Rfi Please Identify It As A Response To The Veo Contact Center Acquisition In The Response And Subject Line Of The Email). any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed. Respondents Are Requested To Limit Responses To The Information, And In The Format Provided Below. companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Previous Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. 3. Capability And Experience Information: interested Firms Are Requested To Provide Capability Statements And The Following Completed Attachments, By The Closing Date. completed Attachment 2 - Veo Contact Center Rfi Questionnaire. completed Attachment 3 Estimated Pricing Template there Is No Solicitation At This Time. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Your Responses May Be Shared With All Stakeholders, Thus, Information Received Will Not Be Considered Proprietary. respondents May Optionally Identify Other Activities, Capabilities, Or Deliverables They Believe Would Be Of Benefit To This Tasking. the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement Only, And To Identify Interested And Potentially Capable Vendors. submission: Responses To This Rfi Shall Be Submitted Via Email To The Contracting Officer, Caitlin.ruc@va.gov And Contract Specialist, Michael.stevens5@va.gov No Later Than 4:30 Pm Eastern Standard Time (est) On January 15, 2025. questions: No Questions Are Being Accepted. Depending Upon The Responses Received, Va May Request Additional Information, May Conduct Future Question And Answer Sessions, Or May Conduct Meetings Or An Industry Day. 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997) (a) The Government Does Not Intend To Award A Contract Based On This Rfi Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsectionâ 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request Is Issued For The Purpose Of: Information. (end Of Provision) please See The Following Attachments To Support This Rfi Below. attachments: attachment 1 - Performance Work Statement Draft attachment 2 - Veo Contact Center Rfi Questionnaire attachment 3 - Estimated Pricing Template
Closing Date15 Jan 2025
Tender AmountRefer Documents 

PIEDIMONTE MATESE Tender

Others
Italy
Description: Procedure: Open Phase: Tender Type: Works Open Procedure Pursuant to Art. 71 of Legislative Decree 36/2023 with the Criterion of the Most Economically Advantageous Offer Based on the Best Quality/Price Ratio, for the contract for “renovation and recovery works, through anti-seismic and functional adaptation, of the municipal building known as the "former Celestini Abbey" - Construction of an Intercultural Service Center called Historical Memories and Training Laboratory for International Youth Integration and Reception of War Refugees.
Closing Date11 Mar 2025
Tender AmountRefer Documents 

Department Of Labor And Employment Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Supply, Delivery, And Installation Of 87 Pieces Reflectorized Evacuation Plan For The Dole-central-office Specification: Size: A3 – 297 X 420 Mm Material: 3mm Acrylic Sandwich Type With Four Corner Decorative Bolt A3 Size 7th Floor Office Of The Secretary – 3 Pcs. Osec Records – 1 Pc. Osec Conference Room – 1 Pc. Osec Vip Lounge – 1 Pc. Usec. Warren M. Miclat – 1 Pc. Usec. Benedicto Ernesto R. Bitonio Jr. – 1 Pc. Asec. Paul Vincent W. Añover – 1 Pc. Usec. Carmela I. Torres – 1 Pc. Elevator/lobby (7th Flr.) – 2 Pcs. Asec. Amuerfina R. Reyes – 1 Pc. Usec. Benjo Santos M. Benavidez – 1 Pc. Asec. Maria Consuelo S. Bacay – 1 Pc. 6th Floor Elevator/lobby (6th Flr.) – 2 Pcs. Asec. Amuerfina R. Reyes – 1 Pc. Dole Legislative Room – 1 Pc. Usec. Felipe N. Egargo Jr. – 1 Pc. Asec. Lennard Constatine Castro Serrano – 1 Pc. Ps-od – 1 Pc. Ppd Office – 1 Pc. Med Office – 1 Pc. Misd Office – 1 Pc. Crid (ls) – 1 Pc. Lrd (ls) – 1 Pc. Lrad (ls) – 1 Pc. Ls-od Pcs. – 1 Pc. Ls-od Pcs. – 1 Pc. 5th Floor Elevator/lobby (5th Flr.) – 2 Pcs. Hrds Lactating – 1 Pc. Hrds Training Room – 1 Pc. Hrds Od – 1 Pc. Hrds Rspu – 1 Pc. Pad – 1 Pc. Sdd – 1 Pc. Call Center – 1 Pc. 5th Floor Multi-purpose Room – 1 Pc. Ips Od – 1 Pc. Media Room – 1 Pc. Media External Relations Division – 1 Pc. Ips Publication Room 1 – 1 Pc. Ips Publication Room 2 – 1 Pc. 4th Floor Elevator/lobby (4th Flr.) – 2 Pcs. Fms Od – 1 Pc. Fms Budget Division – 1 Pc. Fms Accounting Division – 1 Pc. Fms Management Division – 1 Pc. Coa – 1 Pc. Internal Audit Od – 1 Pc. Operation Audit Division – 1 Pc. Management Audit Division – 1 Pc. 3rd Floor Elevator/lobby (3rd Flr.) – 2 Pcs. Bwc-od – 1 Pc. Bwc Training Room – 1 Pc. Bwc Pmtssd – 1 Pc. Bwc Pmtssd It – 1 Pc. Lsrad – 1 Pc. Ppdd – 1 Pc. Lsrad-records Room – 1 Pc. Library – 1 Pc. 3rd Floor Conference Room A – 1 Pc. Ilatf – 1 Pc. 2nd Floor Elevator/lobby (2nd Flr.) – 2 Pcs. Motorpool – 1 Pc. Ba – 1 Pc. Gsd – 1 Pc. Cash Division – 1 Pc. As-od – 1 Pc. 2nd Floor Conference Room – 1 Pc. Doleec – 1 Pc. Property – 1 Pc. Bac – 1 Pc. Ground Floor Lobby Gen Luna – 1 Pc. Lobby Muralla – 1 Pc. Rcmb – Ncr – 2 Pcs. Bwsc – 5 Pcs. Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order Please Download The Request For Quotation
Closing Date5 Mar 2025
Tender AmountPHP 143.5 K (USD 2.4 K)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Publishing and Printing
United States
Description: This Is A Sources Sought Notice Only. This Is Not A Solicitation Or A Request For Proposal And No Contract Will Be Awarded From This Notice. No Solicitation Or Specifications Are Available At This Time. the National Institute Of Standards & Technology (nist), Office Of Facilities And Property Management (ofpm), Is Conducting Market Research To Which May Or May Not Be Used To Develop A Performance Work Statement (pws), Or Statement Of Objectives (soo). nist Ofpm Is Seeking Information From Contractors Interested In, And Capable Of, Providing Managed Print Services (mps), Including Printer Maintenance Services, Including Toner/supplies Replenishment, For Existing Devices And The Purchase/maintenance Of New Multifunction Printers (mfps). naics 811210 psc J059 mps Support Will Be Performed At The Federal Buildings Located In Boulder, Colorado And Gaithersburg, Maryland. the Current Print Infrastructure Consists Of The Following: a) 25 Multi-functional B/w/color Printers With Print/copy/scan Functionality With Wired Ethernet And Wireless Connectivity. b) 4 Color And Non-color (b/w) Printers Of Various Make And Model. some Mfps Have Additional Functionality Such As Finishing/collating/stapling. currently, Ofpm Maintains And Troubleshoots Its Devices Using Reactive Requests For Service. We Are Seeking Input About Methods, Costs, & Practicability To Converting Over To Mps That Encompasses All Existing Devices, As Well As The Option To Add New Printing Devices, Providing Break/fix Service, Supplies, And Preventative And Routine Maintenance To Maintain And Improve Equipment Uptime And Equipment Performance. ofpm Is Considering The Potential For A 5-year Contract (base Period With Four (4) One-year Options). all Qualified Small Businesses Are Encouraged To Respond. The Government Will Not Pay For Any Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. The Government Anticipates A Contract Award For These Services In Or About August 2025. all Interested Parties Are Required To Submit A Brief Capabilities Package. The Package Shall Address, At A Minimum, The Following: nist Shall Have The Ability To Increase Or Decrease The Number Of Machines Serviced Under The Resulting Contract. Nist Anticipates Utilizing “per Machine (unit)” Priced Clins Based On The Numbers Solicited, So That The Awardee May Invoice For The Number Of Machines Serviced As Necessary. This Will Allow Nist To Increase Or Decrease The Quantities While Preserving The Awarded Pricing. Contractors Shall Provide Comments Regarding This Process And Industry Standards Or Practices. contractors Shall Have The Ability To Provide New Machines To Nist. Contractors Shall Briefly State Their Ability To Meet This Need Or Provide Comment. All Machines Must Meet The Minimum Requirements Of: multi-function Device To Serve As A Walk-up Copier, Dual Sided/single Pass Scanner, Network Printer, And One-line Fax Machine must Be Able To Secure Print copy, Print, Scan And Fax In Color And Black & White energy Star Efficient And Environmentally Friendly account Management Control For At Least 200 Users And Groups And Allow For The Ability To Restrict Or Turn Off Color Copy/print For Individuals And Groups And By Time Of Day (e.g. Turn Off Color Printing After Normal Business Hours) copy And Print At Least 70 Ppm In Standard Mode must Have At Least 4 Adjustable Paper Trays To Accommodate 8-1/2” X 1” (at Least 2,000 Sheets), 8-1/2” X 14” (at Least 500 Sheets) And 11” X 17” Paper (at Least 500 Sheets) automatic Document Feeder With A Capacity Of At Least 50 Sheets automatic Paper Selector must Scan Once And Print Many; Simultaneously Scan Both Sides Of Two-sided Documents In A Single Pass must Have A Stacking Office Finisher That Staples At Least 50 Sheets With Single And Double Locations, Top Tray Must Hold At Least 200 Sheets And Stacking Tray Must Hold At Least 1,500 Sheets (without 3-hole Punch) – Br Booklet Mk-2/3 Hp & Convenience Stapler adjustable Zoom Between 25% And 300% In No Less Than 1% Increments automatically Reduce And Enlarge To Fit Selected Paper Size must Have 10/100/1000 Base-t Ethernet network And Hard Drive Security With Hard Drive Image Overwrite And At Least 256-bit Encryption (fips 140-2 Compliant) electronic Sorting And Offset Printing must Be Able To Use Plain Paper (20 Lbs), Heavy Weight, Labels Envelopes, Punched Paper, And 50% Or Greater Recycled Paper scan To E-mail, Desktop, Ftp, Network Folder, Usb Or Fax must Have A Usb Port For Memory Stick For Walk-up Printing contractors Shall Provide Full Cost-per-copy Maintenance And Pro-active Replacement Of Consumables Requirement For All Exiting And Newly Purchased Equipment. Contractors Shall Provide Brief Statements Regarding Their Ability To Perform The Preventative Maintenance And Consumables For The Machines Covered Under This Requirement, Or Industry Recommendation(s). These Requirements Include, But Are Not Limited To, The Following: published Preventative Maintenance Schedule For Each Machine; preventative/scheduled, Corrective And Emergency Maintenance Performed On-site; toner; developer And Repair Parts; And all Other Consumable Supplies (except Paper) contractors Shall Provide Various Support Services Under This Requirement. Contractors Shall Provide Brief Statements Regarding Their Ability To Perform Such Support Services Or Industry Recommendation(s). Support Services Shall Include, But Are Not Limited To, The Following: call Center For End User Service Calls And Issues same Business Day Service Before 4:30 P.m. On Calls Placed Before 12:00 P.m. (noon) next Business Day Service Before 12:00 P.m. (noon) On Calls Placed After 12:00 P.m. (noon) On The Previous Business Day account Management And Technical Support In Both The Boulder, Colorado And Gaithersburg, Maryland Areas contractors Shall Include The Following In Their Response: company Profile, location Of Office That Will Be Supporting These Services In Boulder, Colorado And Gaithersburg, Maryland, And The Location Of The Headquarters. sam Uei business Size And Socioeconomic Status(es) a Positive Statement Of Your Intention To Submit A Proposal For This Requirement If Set-aside For Your Socio-economic Group. the Capabilities Package Requested Under This Sources Sought Notice Is Not Expected To Be A Proposal, But Rather A Short Statement Regarding The Company's Ability To Demonstrate Existing Expertise And Experience In Relation To This Procurement. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Package. Questions Submitted With Responses To The Notice May Not Receive A Response. Submission Of A Capabilities Package Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist Nist In Tailoring Its Requirements To Be Consistent With Industry Standards. responses To This Sources Sought Notice Shall Be Emailed To Tony Schmidt At Tony.schmidt@nist.gov. responses Must Be Received On 2/21/2025, By 3pm, Local Time. Electronic Submissions Are Requested. Questions Regarding This Notice May Be Addressed To Tony Schmidt At Tony.schmidt@nist.gov.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

HDFC Bank - HDFC Tender

Auction
Real Estate Service
India
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq. mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor (according To Plan On 3rd Floor), In The Scheme Called "anaya business Center", Having Non- Agricultural Land, Situate, Lying And being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58 (bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka majura, Dist - Surat.
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8.1 K)
141-150 of 169 archived Tenders