Call Center Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Description
1. Contract Information:
(a) General. This Announcement Is Set-aside For Small Business (sb) Concern Procurement Of One (1) A-e Services Indefinite Delivery Contract (idc), In Accordance With 40 Usc Chapter 11 Selection Of Architects And Engineers, Public Law (pl) 92-582 Formally Known As The Brooks Act As Implemented In The Federal Acquisition Regulation (far) Subpart 36.6. Firms Must Demonstrate Competence And Qualifications For The Required Work, Stated In This Synopsis, For Selection For Negotiation.
the Award Of This Idc Will Provide Southwestern Division (swd) A-e Services To Support Value Engineering.
the Idc Will Consist Of One (1) One-year Base Ordering Period And Four (4) One-year Option Periods, Each Period Not To Exceed One (1) Year, For A Total Of Five (5) Years Using Far Clauses 52.217-8 And 52.217-9. The Value Of All Task Orders Issued Under This Idc Will Not Exceed $9,500,000. Work Will Be Issued By Negotiation Of Firm-fixed-price Task Orders. There Is No Limit On The Value Of The Individual Task Orders, But The Total Task Orders Awards Will Not Exceed The Total Value Of The Idc. Minimum Guarantee Amount Of $2,500 Will Apply To The Base Ordering Period Only.
the North American Industrial Classification System (naics) Code For This Procurement Is 541330 (engineering Services), Which Has A Small Business Size Standard Of $15,000,000.
(b) Contract Award Procedure. Eligibility For The Idc Award Requires Registration Of The Offeror With The System For Award Management (sam) Database. Register Via The Sam Internet Site At Https://www.sam.gov/. No State-level Certifications Will Be Accepted.
missing Even One (1) Required Element Will Render The Offeror Non-responsive And Eliminate Them From Further Consideration For This Idc.
2. Project Information: The Award Of This Idc Will Provide Southwestern Division A-e Services To Support Value Engineering.
no Specific Projects Or Tasks Are Identified At This Time And Therefore Funds Are Not Presently Available For Individual Task Orders Under This Solicitation. As Projects For A-e Services For Value Engineering Are Received Swd Will Utilize This Idc To Award Task Orders. The Services Performed Under This Idc And The Individual Task Orders Encompass Value Engineering Studies/workshops, Conducted By The Value Engineering Contractor (vec), In Accordance With The Format Developed By The Society Of American Value Engineers (s.a.v.e.) International (information, Function Analysis, Creative, Evaluation, Development, And Presentation). The Ve Study/workshop Purpose Is To Evaluate Available Project Information (design Submittals, Cost Estimates, 1391s, Etc.) In Order To Apply Ve Principles To Further Develop Subsequent Plans And Specifications For Individual Projects. The Study/workshop Shall Focus On Assisting The Project Delivery Team (pdt) In Determining The “best Value” For Project Components And Performing A Cost Comparison For Each Project. The Vec Shall Also Investigate Potential Alternatives That Will Assist The Government’s Achievement Of Sustainability Requirements For Each Project If Applicable. The Vec Shall Produce A Ve Report With The Following Details: Executive Overview Of The Study/workshop And Study/workshop Results, Value Matrix, Ve Proposal Worksheets And Recommendations, And An Appendix Of All Background Documents.
the Team Must Contain At Least Three (3) Certified Value Specialists (cvs) Currently Certified By Save International. Offerors Must Have The Capability To Provide Cost Advice And Complete Cost Estimates Utilizing Latest Version Of Mii Estimating Program In Accordance With Set Design Schedules Identified In Individual Scopes Of Work For Each Task Order. Mii Software Will Be Provided By The Government With Database Information Purchased By The A-e. Other Cost Estimating Software May Be Required.
the Offeror Selected Will Be Subject To The Requirements Of Far Part 52.219-14.
3. Selection Criteria: The Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). Criteria A-e Are Primary. Criterion F-h Are Secondary And Will Only Be Used To Rank The Contractors Among The Most Highly Qualified Firms.
in This Synopsis The Term “recent” Means A-e Tasks Orders Or Contracts Completed Within The Last Five (5) Years Of The Synopsis Closing Date. Older Projects Will Not Be Considered.
(a) Specialized Experience And Technical Competence. Ensure That All Specialized Experience Requirements Are Reflected On Appropriate Personnel Resumes In Section E And Example Projects In Section F, Part I Of The Sf 330. For Criteria Listed Below, Recent Experience Of Subcontractors May Be Submitted To Demonstrate Applicable Experience And Competence Provided The Nature And Extent Of All Team Arrangements Are Identified And Disclosed. Offerors Should Describe The Nature And Extent Of Prior Teaming Experience With The Proposed Subcontractors.
the Firm Must Demonstrate Expertise In The Following:
(1) Demonstrate The Recent Experience Of Both The Prime And Subcontractors Leading/participating In Value Engineering Studies/workshops.
(2) Demonstrate Recent Experience Of Both The Prime And Subcontractors Utilizing The S.a.v.e. Value Methodology Standard.
(3) Demonstrate Recent Experience Of Both The Prime And Subcontractors Adhering To American Society For Testing And Material (astm) Standard Practice E1399-14 For The Value Methodology And Engineering Regulation (er) 11-1-321 Value Engineering For Army Programs.
(4) Example Projects Shall Show The Value Of The Ve Task Order/contract.
(b) Professional Qualifications. The Offeror Shall Demonstrate That All Expertise Requirements Are Met On Key Personnel Resumes In Section E, Part I Of The Sf330. When A Minimum Number Of Years/experiences Is Listed, It Is Within The Past Five (5) Years From The Closing Date Of The Synopsis. The Following Is A List Of The Key Personnel, Minimum Requirements And The Minimum Number Required For The Idc Under This Acquisition. These Minimum Requirements Can Be Met Utilizing In-house Or Consultants/subcontractors. Do Not List A Subcontractor As Your Firm’s Employee, As This Will Be Cause For Rejection Of The Sf330. Additional Personnel Other Than The Required Will Not Be Evaluated.
three (3) Facilitator/certified Value Specialist(s) (cvs),
three (3) Registered Civil Engineer(s),
three (3) Registered Structural Engineer(s),
three (3) Registered Architect(s),
three (3) Registered Electrical Engineer(s),
three (3) Registered Mechanical Engineer(s),
one (1) Registered Geotechnical Engineer,
one (1) Registered Environmental Engineer,
one (1) Leed Accredited Professional, And
three (3) Certified Cost Estimator(s) With Mii Experience.
all Personnel Shall Show Five (5) Years’ Experience, Minimum, In Their Field Of Expertise Within The Recent Ten (10) Years. To Show This Experience, Provide Relevant Projects, In Section E, That Span Five Years, Minimum. For Example, If The Resume Denotes A Project Performed In March 2011 It Shall Indicate At Least A Second Project Performed In March 2015, Or Later, To Demonstrate The Five (5) Years.
certified Value Specialist(s) Shall Have A Current Certification By Save International. Engineers And Architects Shall Be A Registered Architect Or Licensed Professional Engineer. The Cost Estimator Does Not Have To Be A Pe Or Registered Architect. The Cost Estimator Shall Be Certified By Aace, Tri- Services, Or Any Of The Nationally Recognized Cost Estimating Certification Organizations.
provide A Separate Employee For Each Stated Requirement Above To Meet The Number Required, No Dual Roles. The Title Of The Roles On The Resumes And Organizational Chart Must Match The Required Discipline. Do Not Submit Additional Personnel Resumes In Addition To Those Required.
(c) Past Performance. In Section H, Part I, Sf 330, Provide Past Performance Evaluations. The Firms Will Be Evaluated In Terms Of Work Quality, Compliance To Schedules, And Cost Controls, With Emphasis On Projects Submitted Under Factor (a), As Determined From The Past Performance Information Retrieval System (ppirs) And Other Sources. Submit Letters Of Commendation, Awards, Previous Project Evaluations, Etc. To Show Past Performance. The Government Will Retrieve The Past Performance Evaluation For The Joint Venture If The Offeror Is A Jv. If The Jv Has No Past Performance Evaluation The Past Performance Evaluation Will Be Retrieved For Each Jv Partner. Past Performance Evaluations Will Not Be Retrieved For The Proposed Subcontractors.
(d) Capacity. In Section H, Part I, Sf 330, Describe The Team’s Ability To Hold And Conduct Up To Three (3) Workshop(s), Concurrently, Each At A Separate Location(s) Designated By The Government With The Potential Of Back To Back Workshops In A Three Week Period, Starting Within Two (2) Weeks Of Task Order Award, Provide A Written Draft Of The Value Engineering Report Within One Week After Completion Of The Conference Or Work Group, And Provide The Final Value Engineering Report No Later Than Ten (10) Days After Receipt Of Comments On The Draft Report. The Government Will Also Look At The Overall Capacity Of The Team Based On The Information Provided In Part Ii Of The Sf 330.
(e) Knowledge Of Locality. In Section H, Part I, Sf 330, Describe The Team’s Familiarity With The Project Location. Knowledge Of An Installation’s Requirements, Local Environmental Regulations, Soil Conditions, And Seismic Requirements Can Affect The Ve Recommendations Provided. Demonstrate Familiarity With The Swd Region.
the Following Items (f Thru H) Are The Secondary Criteria:
(f) Volume Of Dod Contract Awards. In Section H, Part I, Sf 330, Provide The Volume Of Dod Contact Awards, Stated In Dollars, For Each Firm For The Past Twelve (12) Months (see Details In Subsequent Paragraph 4(f)). Incorporate The Awards To All Branch Offices. The Objective Is To Provide An Impartial Distribution Of Dod A-e Awards Among Qualified A-e Firms, Including Small And Small Disadvantaged Business Firms And Firms That Have Not Had Prior Dod Contracts. List The Project Name, District, Contract Number, Dollar Amount, And The Month/year Of The Award.
(g) Geographic Proximity. In Section H, Part I, Sf 330, Provide The Physical Location Of A Firm In Relation To The Location Of Potential Projects. The Geographic Location For This Idc Is The Southwestern Division Area Of Responsibility.
(h) Utilization Of Small Business Firms. In Section H, Part I, Sf 330, Provide A Description Of The Prime And Any Subcontractor’s Affiliation As A Small Business. Per Far 52.219-8 Utilization Of Small Business Concerns (oct 2014), It Is The Policy Of The United States That Small Business Concerns, Veteran- Owned Small Business Concerns, Service-disabled Veteran-owned Small Business Concerns, Hubzone Small Business Concerns, Small Disadvantaged Business Concerns, And Women-owned Small Business Concerns Shall Have The Maximum Practicable Opportunity To Participate In Performing Contracts Let By Any Federal Agency. The Greater The Participation, The Greater The Consideration.
4. Submittal Requirement: In An Effort To Reduce Paperwork And Cost, Submit All Sf 330s Electronically Via The Dod Safe Website At: Https://safe.apps.mil/. At The Dod Safe Website, Select The Link: For Users Without A Cac Or If Your Computer Is Not Configured To Read Your Cac. Using This Option Will Allow You To Access The Safe Site As A Guest. When Completing The Information For Transmittal At The Dod Safe Website, Submit The Notification To: Ceswf-ct-preawardproposal@usace.army.mil.
(a) Interested Firms (single Firms Or Joint Ventures) Having The Capabilities To Perform This Work Must Submit A Sf 330 (3/2013 Edition), For The Prime Firm And All Consultants/subcontractors To The Site Stated Above Not Later Than 12:00 P.m. (central Time) On The Response Date Indicated Above. If The Response Date Is A Saturday, Sunday Or Federal Holiday, The Deadline Is 12:00 P.m. The Next Business Day. Late Proposal Rules Found In Far 15.208 Will Be Followed For Late Submittals. Submission By Telephonic Facsimile Or In Paper Will Not Be Accepted. Personal Visits To Discuss This Announcement Will Not Be Allowed.
(b) Submit A Compiled Sf 330, Part I, Completed In Accordance With The Sf 330 Instructions And Additional Instructions Herein. It Must Contain Information In Sufficient Detail To Identify The Team (prime, Other Offices Of The Prime Firm, And Subcontractors) Proposed For The Idc. Do Not Present Company Literature With The Sf 330.
(c) Use No Smaller Than 10 Font Type Using Standard English. Pages In Excess Of The Maximums Listed Will Not Be Used In Evaluation Of The Selection Criteria. Number The Sf 330 To Correspond To The Paragraph Numbers In This Synopsis. Submit The Sf 330’s In Searchable Pdf Format.
(d) Organizational Charts Can Be Up To Two (2) Pages, If Needed, On 8 ½ X 11 Paper.
sf330, Part I, Additional Instructions:
(a) In Section C, Identify The Discipline/service Supplied By Each Firm. With The Firm Name Provide Whether The Firm Is Small Business And What Type.
(b) In Section D, Provide A Team Project Organization Chart To Indicate How Each Firm On The Proposed Team (prime And Each Subcontractor Is Identified In Section C) Integrates Into The Composite Team. Job Titles And Organization Chart Must Match The Required Discipline Titles.
(c) In Section E, Provide Brief Resumes Of The On-staff Or Subcontractor Employees You Intend To Use To Perform The Work. Resumes Must Be Submitted For Each Employee Required To Meet The Minimums Stated Above In Paragraph 3(b).
(d) In Section F, Provide A Minimum Of Two (2) But No More Than Five (5) Projects For Consideration. The Description Shall State Whether The Save International Format Was Used And Whether Astm E1699-14 And Er 11-1-321 Were Adhered To. Also Describe The Number Of Creative Ideas, Ve Alternatives Recommended, And Implemented. Use No More Than One Page Per Project,
(e) In Section G, Block 26, Provide The Firm And Location The Person Is Associated With. List The Names Of All Individuals Detailed In The Resumes In Section E In Block G-26 Along With Their Firm Location And Their Roles Even If Example Project Experience In Block G-28 Is Not Applicable, And
(f) In Section H, Provide A Narrative To Address Each Of The Requirements, With Subparagraphs, Of Items Listed In Section 3, Selection Criteria, Of This Synopsis. When Addressing Team Capabilities, Clarify Planned Capability, Existing Capability And Prior Experiences, If Applicable. Provide Any Other Relevant Information Including A Short Discussion Of Why The Firm Is Especially Qualified Based Upon The Specific Selection Criteria Listed In Section 3 Herein. For Section 3 (f), Provide An Itemized Summary Of Dod Contract Awards To Specify Agency, Contract Number/task Order No., Project Title And Amount. (note: Award Of Indefinite Delivery Contracts Should Not Be Counted As Award Amounts, Only Actual Task Orders) Generally, Provide A Brief Presentation Of Internal Controls And Procedures That Demonstrate The Firm’s Overall Design Quality Management Plan (dqmp) Which Provides Sufficient Information About This Plan And Clearly Explains The Ability Of The Firm To Control Costs, Schedule And Quality Of Work To Be Submitted To The Government. A Project- Specific Detailed Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award, But Is Not Required With This Submission. Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. Do Not Exceed 20 Pages For Block H.
sf330, Part Ii, Additional Instructions
(a) Responding Firms Must Submit A Copy Of A Current And Accurate Sf 330, Part Ii For The Specific Prime, As Well As For Other Offices Of The Prime And Subcontractor Offices Proposed To Perform The Work, Even If One Is Already On File. All Part Iis Must Be Signed (signed Within The Past 36 Months From The Closing Date Of The Synopsis) And Dated Either By An Original Handwritten Signature Or A Cut And Pasted Facsimile Of An Original Signature. Indicate In Block 5b Of Each Part Ii, If The Firm Is A Small Disadvantaged Business, Small Business, Hubzone, Service-disabled Veteran-owned Small Business, Or Woman- Owned Small Business. To Be Classified As A Small Business, A Firm’s Average Annual Receipts Or Sales For The Preceding Three (3) Fiscal Years Must Not Exceed $15,000,000;
(b) In Block No. 4, Part Ii, Provide The Data Universal Numbering System (duns) Number Issued By Dun And Bradstreet Information System (1-866-705-5711) For The Prime A-e Or Joint Venture. The Duns Number Must Be For The Firm Or Joint Venture Performing The Work.
(c) Solicitation Packages Are Not Provided For This Idc And No Additional Project Information Will Be Given To Firms During This Announcement Period. Facsimile Transmissions Will Not Be Accepted. Points Of Contact: Contracting - Ms. Daina Black: Daina.r.black@usace.army.mil And Technical – Mr. Clarence Banks, Dvo: Clarence.v.banks@usace.army.mil. All Questions Must Be Submitted Through The Projnet System.
offerors Questions And Comments
(a) Technical Inquiries And Questions Relating To Proposal Procedures Or Bonds Are To Be Submitted Via Bidder Inquiry In Projnet At Http://www.projnet.org/projnet.
(b) To Submit And Review Bid Inquiry Items, Bidders Will Need To Be A Current Registered User Or Self-register Into The System. To Self-register Go To Web Page, Click Bid Tab Select Bidder Inquiry, Select Agency Usace, Enter Key For This Solicitation Listed Below, And Your E-mail Address, Click Login. Fill In All Required Information And Click Create User. Verify That Information On Next Screen Is Correct And Click To Continue.
(c) From This Page You May View All Bidder Inquiries Or Add An Inquiry. Only One Question Will Be Allowed Per Inquiry. If Multiple Questions Are Contained In A Single Inquiry, Only The First Question Will Be Answered. All Others Will Remain Unanswered Until Entered In As Single Inquiries.
(d) Bidders Will Receive An Acknowledgement Of Their Question Via Email, Followed By An Answer To Their Question After It Has Been Processed By Our Technical Team.
(e) The Solicitation Number Is: W9126g25r0129
(f) The Bidder Inquiry Key Is: 3cpdat-s6s5kq
(g) The Bidder Inquiry System Will Be Closed To New Inquiries Seven (7) Calendar Days Prior To Proposal Submission In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. If The System Is Not Closed In A Timely Manner, An Inquiry Posted Within Seven (7) Calendar Days Of The Scheduled Receipt Of Proposals Date Will Still Be Regarded As Untimely And Will Not Be Afforded A Substantive Response.
(h) Offerors Are Requested To Review The Specification In Its Entirety And Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry.
(i) The Bidder Call Center Help Line Operates Weekdays From 8am To 5pm U.s. Central Time Zone (chicago). The Telephone Number For The Call Center Is 1-800-428-help (1-800-428-4357).
(j) Offers Will Not Be Publicly Opened. Information Concerning The Status Of The Evaluation And/or Award Will Not Be Available After Receipt Of Proposals.
phone Calls To Discuss The Solicitation Are Discouraged Unless Absolutely Necessary. Personal Visits For The Purpose Of Discussing This Solicitation Are Not Allowed. To Verify Your Proposal Has Been Delivered You May E-mail: Ceswf-ct-preawardproposal@usace.army.mil And Daina.r.black@usace.army.mil.
this Is Not A Request For Proposal.
Closing Date18 Apr 2025
Tender AmountRefer Documents
INTERNAL REVENUE SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Source Sought Notice To Respond Is Being Extended To 1/30/2025. Due To Discrepancy In The Source Of Sought Notice, The Technical Capabilities Section Has Been Updated. Attached Is An Updated Source Of Sought Notice. All Other Information That Is Written In The Source Sought Notice Remains The Same.
the Internal Revenue Service (irs) Seeks To Identify Potential Vendors With The Skills And Capabilities Necessary To Perform The Requirements Outlined In The Attached Draft Pws. The Irs Is Looking To Identify Small Businesses. The Contact Center Support Division (ccsd) Has A Need For Contractor Support With Expertise In The Areas Of Cisco's Intelligent Call Manager (icm) Call Routing And Scripting, Domain Management And Support, Contact Center Commercial Off-the Shelf (cots) Support, Server Administration, System Monitoring Support, Operations Of Intra-day Support, Engineering, Architecture Design, Portfolio/project Management, Release Schedule Management And Quantitative And Qualitative Analytical Support For Its Enterprise Solution To Route Calls To A Multi Call Site Virtual Contact Center. These Requirements Align And Support The Overall Internal Revenue Service (irs) Contact Center Mission And Service Objectives. Attached Is Drafted Performance Works Statement And Source Of Sought Notice For Submission Information.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Philippine Amusement And Gaming Corporation - PAGCOR Tender
Telecommunication Services
Philippines
Details: Description Request For Quotation Date : January 31, 2025 Project Title : Procurement Of Service Provider For Internet Subscription For Two (2) Years Itb No. : Sv25-01-001ang Approved Budget For The Contract (abc) : Eight Hundred One Thousand Four Hundred Twenty-eight Pesos And 64/100 (php801,428.64), Vat Exclusive, Zero-rated Transaction. Deadline For The Submission And Receipt Of Quotation(s)/ Proposal(s) : February 7, 2025, Friday, 10:00 A.m. (sealed Quotation) Opening Of Quotation(s) / Proposal(s) February 7, 2025, Friday, 10:00 A.m. Onwards Please Submit And Address The Envelope Containing The Accomplished Rfq Form And Required Documents To The Branch Canvassing/contracting Committee Through The Procurement Section, Casino Filipino Angeles, Century Resort Hotel, Mc Arthur Highway, Balibago, Angeles City, Pampanga. The Envelope Shall Bear The Following Information In Capital Letters: 1. Procurement Of Service Provider For Internet Subscription For Two (2) Years, And 2. Name, Address, And Contact Details (telephone/cellphone Number And/or Email Address) Of The Bidder. Note: Quotations(s) / Proposal(s) Submitted After The Deadline Shall Not Be Accepted. Sir / Madam: In Accordance With The Technical Specifications/scope Of Work And General Conditions For The Project Stated Herewith, Kindly Fill Up And Submit Your Lowest Price Quotation. For Any Inquiries Or Clarifications, Please Contact Allan D. Ocampo, Procurement Officer I, And Procurement Section Cf Angeles At Telephone Number (045) 625-7603 Local 1325. Thank You. Mary Jane A. Manera(sgd) Chairperson Branch Canvassing/contracting Committee (bc3) Dear Ms. Manera: In Accordance With Your Request, Following Is Our Quotation For Your Requirement: I. Technical Specifications Technical Description Offered Technical Proposal Statement Of Compliance Please Check The Appropriate Box Procurement Of Service Provider For Internet Subscription For Two (2) Years □ Comply □ Not Comply Two (2) Year’s Subscription Of Two (2) Internet Circuits • Circuit 1 – With Minimum Burst Speed Of 300mbps • Circuit 2 – With Minimum Burst Speed Of 300mbps • Both Circuits Should Have One (1) Static Ip Address □ Comply □ Not Comply Installation And Location • Installation And Configuration Of Circuit1 At The Mezzanine Floor Of Casino Filipino Angeles. • Installation And Configuration Of Circuit 2 At The Information Technology Office With Extension At The Bingo Area Located At The 3rd Floor Of The Casino Premises. • Provide Design And Planning Of Service. • Provide Necessary Updates To Cf-angeles On The Progress Of Service Delivery. • Conducts Standard Testing Of Service And Provide Service Acceptance Report. • All In-house Wiring Shall Be Done By The Winning Service Provider At Their Own Cost. □ Comply □ Not Comply Operations And Maintenance Of The Service • The Service Provider Shall Maintain And Ensure Operation Of The Service Provided. • The Service Provider Shall Maintain The Proper Working Condition Of The Equipment Provided. • The Service Provider Must Respond To Support Requests As Written In The Service Level Agreement (sla) Document. • The Service Provider Must Provide 24 X 7 Call Center And Field Engineer Support. □ Comply □ Not Comply Schedule Of Requirements Within Fifteen (15) Days After Issuance Of Service Contract/purchase Order/annex □ Comply □ Not Comply Payment Schedule Monthly For A Period Of Two (2) Years. First Payment Will Begin A Month After The Installation Of Internet Service. □ Comply □ Not Comply Location Of Installation Casino Filipino Angeles – Century Resort Hotel, Mc Arthur Highway, Balibago, Angeles City, Pampanga. □ Comply □ Not Comply Pre-termination In The Event Of A Sale, Disposition, Or Privatization Of Casino Filipino Angeles, Pagcor May Extrajudicially Terminate The Contract Or Agreement Prior To The Expiry Of Its Effectivity Period Without Any Liability And/or Penalty □ Comply □ Not Comply Contact Person: Ramon K. Castro It Officer Ramon.castro@pagcor.ph Tel. No. (045) 625-7603 Local 1332 □ Comply □ Not Comply Ii. Financial Quotation: Description Of Item Monthly Cost (vat Exclusive, Zero- Rated Transaction) Total Cost For Two (2) Years (vat Exclusive, Zero-rated Transaction) Procurement Of Service Provider For Internet Subscription For Two (2) Years Php________________ (amount In Figures) ______________________ ______________________ (amount In Words) Php__________________ (amount In Figures) ________________________ ________________________ (amount In Words) Notes: 1. Price Quotation (unit, Total Cost And Grand Total Cost) Shall Be Rounded Off Up To Two (2) Decimal Places. 2. Validity Of Offer: Ninety (90) Calendar Days From The Date Of Submission, Receipt, Opening And Preliminary Examination Of Quotation(s) Proposal(s). Iii. Additional Requirements: As Part Of The Post-qualification Process, Kindly Submit The Following Documents For Compliance Within 3-calendar Days From Receipt Of The Notice And Upon Determination Of The Bidder Having The Lowest / Single Calculated Quotation: 1. Valid Mayor’s / Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; 2. Philippine Government Electronic Procurement System (philgeps) Registration Number Or A Valid Philgeps Registration Certificate; Philgeps Registration Number: ___________________________; 3. Latest Income Or Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) For Projects With An Abc Amounting To More Than Five Hundred Thousand Pesos (php500,000.00). In Accordance With Executive Order (e.o.) No. 398, Revenue Regulation (r.r.) No. 03-2005 And Revenue Memorandum Circular (rmc) 16 – 2005, The Above-mentioned Tax Returns Shall Refer To The Following: A) Latest Income Tax Return (itr) Shall Be The Itr For The Preceding Year, Whether Calendar Or Fiscal, Or; B) Latest Business Tax Returns Shall Refer To The Value-added Tax (vat) Or Percentage Tax Filed And Paid Covering The Previous Six (6) Months Before C) The Date Of Submission, Receipt, Opening & Preliminary Examination Of Quotations. 4. Omnibus Sworn Statement Using The Attached Prescribed Form. The Omnibus Sworn Statement Shall Be Supported By An Attached Document Showing Proof Of Authorization, E.g., Duly Notarized Secretary’s Certificate Issued By The Corporations, Partnerships Or Joint Ventures Or A Special Power Of Attorney (in Case Of Sole Proprietor) Attesting That The Signatory Is The Duly Authorized And Designated Representative Of The Prospective Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Prospective Bidder In The Procurement Process. Note : Kindly Ensure That The Notary Public Of The Submitted Omnibus Sworn Statement, Secretary’s Certificate Or Special Power Of Attorney Has Completed A Mandatory Continuing Legal Education (mcle) For The Seventh (7th) Or Eighth (8th) Compliance Period. Iv. Additional Notes: 1. Bidders Shall Submit Their Quotations Through Their Duly Authorized Representatives Using This Form Only. This Form Must Be Completed Without Any Alterations To Their Format And No Substitute Form Shall Be Accepted. All Parameters Shall Be Filled In With The Correct And Accurate Information As Required. 2. Quotation(s) Submitted Exceeding The Approved Budget For The Contract Shall Not Be Accepted. 3. The Prices Quoted Are To Be Paid In Philippine Currency. 4. All Prices Quoted Are Inclusive Of All Applicable Duties, Government Permits, Fees, And Other Charges Relative To The Acquisition And Delivery Of Items To Pagcor, But Vat Exclusive, Zero-rated Transaction. 5. For The Purpose Of Standardization Of Quotations/proposals, This Rfq Form Will Prevail Over All Kinds And Forms Of Quotation. In Case Of Price Discrepancy Over The Amounts In Words And In Figures, The Amount In Words Shall Prevail. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7. Pagcor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 8. Award Of Contract Shall Be Made In Favor Of The Supplier Having The Single Or Lowest Calculated Responsive Quotation, Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 9. The Contractor Shall Perform/render The Required Services Within The Time Prescribed In This Contract. Should The Contractor Incur Delay Or Fails To Perform Or Fails To Satisfactorily Render Any Or All Of The Services Time Extension Duly Granted, The Contractor Shall Be Liable For Liquidated Damages Equivalent To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Or Unperformed Or Unsatisfactorily Performed Services, Including Sundays And Holidays, Until Such Services Are Rendered And Accepted By Pagcor. Such Liquidated Damages Shall Be Paid By The Contractor Or Deducted From Any Money Due Or Which May Become Due To The Contractor Or Collected From Any Applicable Securities Or Warranties Posted By The Contractor. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, Pagcor May Rescind Or Automatically Terminate The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Other Terms And Conditions Are Stipulated In The Attached Annex A Of The Purchase Order/service Contract. Bidder’s Commitment: We Hereby Agree And Bind Ourselves To The Terms And Conditions Herein Specified, To The Manner Of Procurement And Evaluation Set Up By The Bc3, To The Provisions Of The Attached Annex A (terms And Conditions) Of The Purchase Order/service Contract And To The Rules And Regulations Of The Government And Pagcor. We Understand That Pagcor Is Not Bound To Accept The Lowest Or Any Quotation It May Receive. Very Truly Yours, ____________________________ Signature Over Printed Name / Date Tin:________________________ ____________________________ Position ____________________________ Company Represented Tin: ________________________ ____________________________ Address ____________________________ ____________________________ Tel. No. / Fax No. ____________________________ ____________________________
Closing Date7 Feb 2025
Tender AmountPHP 801.4 K (USD 13.7 K)
FOOD AND DRUG ADMINISTRATION USA Tender
Others
United States
Details: Market Research Purposes Only
not A Request For Proposal Or Solicitation
the U.s. Food And Drug Administration (fda) Is Conducting Market Research To Support The National Center For Toxicological Research (nctr) Requirement For A Preventative Maintenance, Corrective/remedial Maintenance Repair Service Agreement On An Illumina Miseq Instrument.
the Fda Is Seeking Small Business Sources To Determine The Availability And Capability Of Small Businesses Capable Of Providing The Required Services. Other Than Small Business Concerns Are Also Encouraged To Submit Capability Statements. The Following Information Is Provided To Assist The Fda In Conducting Market Research To Identify Potential Contractors For This Effort.
the Associated North American Industry Classification System (naics) Code Is- 811210 – Electronic And Precision Equipment Repair And Maintenance; The Applicable Small Business Size Standard Is $34 Million.
statement Of Work
background
nctr Micro Surveillance Program Requires A Preventative Maintenance And Service Agreement For The Illumina Miseq, Serial Number M04867. To Ensure Reliability For The Support Of Ongoing Research We Are Requesting The Purchase Of A New Preventative Maintenance And Service Agreement To Fulfill The Needs Of The Facility. The Instrument Is Currently Covered Under A Service Contract Until 8/31/2025.
performance Requirements
-the Contractor Shall Provide One (1) Scheduled On-site Planned Preventive Maintenance Visit Per Year. The Consumables Required For Pm Visit Shall Be Included In The Contract. All Costs For Labor, Travel, And Parts Required For Preventative Maintenance Shall Be Included.
-the Contractor Shall Provide Unlimited On-site Corrective Maintenance And Repairs Within 2 Business Days Of Call For Service Where Problems Cannot Be Resolved Remotely After 2 Business Days. All Costs For Labor, Travel, And Parts Required For Preventative Maintenance Shall Be Included.
-the Maintenance And Repair Activities Shall Be Performed By The Service Engineers Who Are Trained And Certified, And The Service Provider Should Follow The Original Equipment Manufacturer (oem) Specifications, Manuals, And Service Bulletins, Using Oem-certified Replacement Parts, Components, Subassemblies, Etc.
-the Contractor Shall Include Unlimited Software And Firmware Updates During The Entire Coverage Period(s).
-the Contractor Shall Include Unlimited Technical Support (via Phone And Email) On Software And Hardware Related Issues And Trouble-shooting Capabilities, Monday Through Friday (excluding Federal Holidays) 8:00am – 5:00pm Central Time.
- Access By The Fda Technical Representative (tr) And System Operator Personnel To The Manufacturer’s Call Center For Technical Assistance, Which Is Staffed By Senior Engineers To Provide A High Level Of Expertise For Troubleshooting The Instrument.
-all Maintenance And Repair Pricing Must Encompass Costs For Labor, Travel, Replacement Parts, Components, Subassemblies, And Any Other Necessary Expenses Related To The System.
- Deliverables: Service Records And Reports
The Contractor Shall, Commensurate With The Completion Of Each Service Call Or Preventative Maintenance Visit, Provide The End-user Of The Equipment And The Contracting Officer With A Copy Of A Field Service Report/ticket Identifying The Equipment Name, Manufacturer, Model Number, And Serial Number Of The Equipment Being Serviced/repaired And Detailing The Reason For The Service Call, A Detailed Description Of The Work Performed, The Test Instruments Or Other Equipment Used To Affect The Repair Or Otherwise Perform The Service, The Name(s) And Contact Information Of The Technician Who Performed The Repair/service, And For Information Purposes, The On-site Hours Expended And Parts/components Replaced.
place Of Performance
nctr, Building 60, Room 102, 3900 Nctr Road, Jefferson, Ar 72079.
period Of Performance
base Period: September 1, 2025 Through August 31, 2026
option Year 1: September 1, 2026 Through August 31, 2027
option Year 2: September 1, 2027 Through August 31, 2028
option Year 3: September 1, 2028 Through August 31, 2029
fob Point Destination. All Items Shall Include Shipping And Handling To The Destination Identified Herein.
alternative Solutions Will Be Considered Insofar As Any Such Alternate System And/or System Components Meet The Minimum Intended Use Of The System And Brand Name Or Equal Technical Requirements.
the Offeror Shall Furnish Sufficient Technical Information Necessary For The Government To Conclusively Determine That The Offered Products/services And Components Meet The Technical Requirements Identified Above. Though The Target Audience Is Small Business Manufacturers Or Small Businesses Capable Of Supplying A U.s. Made Product/service Of A Small Business Manufacturer Or Producer All Interested Parties May Respond. At A Minimum, Responses Shall Include The Following:
business Name, Sam Unique Entity Id Number, Business Address, Business Website, Business Size Status (i.e., Sb, Vosb, Sdvosb, Hubzone Sb, Sdb, Wosb, Lb), Point Of Contact Name, Mailing Address (if Different From Business Address), Phone Number And Email Address (provide This Same Information If Responding To Provide A Product Manufactured By Another Firm);
sufficient Descriptive Literature That Unequivocally Demonstrates That Offered Products And Services Can Meet The Above Requirements. All Descriptive Material Necessary For The Government To Determine Whether The Service/product Offered Meets The Technical Requirements Including: Technical Specifications, Iso Certifications, Descriptive Material, Literature, Brochures And Other Information, Which Demonstrates The Capabilities Of The Contractor To Meet The Requirement.
three (3) Years Of Past Performance Service Information, If Not The Manufacturer Of The Equipment Identified Herein, Where The Respondent Has Provided Same Or Substantially Similar Service Solutions On The Same Or Near-same Brand Name Equipment. For Each Past Performance Reference Include The Date Of Sale, Description, Dollar Value, Client Name, Client Address, Client Point Of Contact Name, Client Point Of Contact Mailing Address (if Different From That Provided For Client), Client Point Of Contact Phone Number, Client Point Of Contact Email Address, And Name Of The Manufacturer (to Include Sam Unique Entity Id Number And Size Status) If Not The Respondent.
the Offeror’s Capability To Initiate Service On-site Within The Time Specified Above.
offeror Shall Provide Estimated Historical On-site Response Time From The Initial Call For Service Until A Service Technician Was On-site For The Brand Name And Model Of Instrument In This Solicitation Or A Standard Target Time For Onsite Performance From Initiation Of Service Call.
if Applicable, Identification Of The Firm's Gsa Schedule Contract(s) By Schedule Number And Sins That Are Applicable To This Potential Requirement. Detailed List Of Items Included And Not Included On The Gsa Contract To Meet This Requirement.
if Applicable, Identification Of Best In Class (bic) Contract Information Or Other Government-wide Or Hhs-wide Contracts That The Equipment/service Is Available On.
capability And Understanding Of Accessibility Testing And Customization To Conform With The Applicable Section 508 Standards Identified Herein. Provide Information If The Respondent Has An Accessibility Conformance Report (acr) For The Products Offered For The Revised 508 Standards. The Acr Should Be Based On Thevoluntary Product Accessibility Template Version 2.0 (ms Word)provided By The Industry Technology Industry Council (itic).
provide Information If Any Of These Specifications Are Too Restrictive. No Response Will Be Considered That The Listed Specifications Are Adequate In A Competitive Environment.
if A Large Business, Identify The Subcontracting Opportunities That Would Exist For Small Business Concerns;
standard Commercial Warranty And Payment Terms;
provide Place Of Product Manufacture Or Service Performance And Any Other Applicable Information To Enable Review And Analysis Pertaining To The Buy American Statute And Requirements Relating To Made In America In The Event A Nonavailability Waiver Request Through The Miao Digital Waiver Portal Is Needed; And
though This Is Not A Request For Quote, Informational Pricing Is Encouraged For Both The Purchase Of The Instrument And A Lease Of The Instrument.
the Government Is Not Responsible For Locating Or Securing Any Information, Not Identified In The Response.
the Government Encourages Any Comments And/or Suggestions From Any Interested Party, Regarding The Specifications. While The Government Will Not Respond Directly To Your Comments And/or Suggestions; We Will Consider Them As We Finalize The Specifications In Preparation For The Forthcoming Solicitation.
interested Parties Shall Respond With Capability Statements Which Are Due By Email To The Point Of Contact Listed Below On Or Before April 30, 2025 By 13:00 Hours (central Time In Jefferson, Arkansas) To Nick.sartain@fda.hhs.gov. Reference Nctr-2025-128267.
notice Of Intent
responses To This Sources Sought Announcement Will Assist The Government In Determining Whether Or Not Any Future Requirement Similar To This One Should Be Set Aside For Small Business, Made Available To Full And Open Competition Or Procure Through Sole-source Acquisition Procedures.
disclaimer And Important Notes
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
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).
Closing Date30 Apr 2025
Tender AmountRefer Documents
LIBRARY OF CONGRESS USA Tender
Publishing and Printing
United States
Details: This Is A Public Notice Prepared In Accordance With Federal Acquisition Regulation (far) 5.2 – Synopsis Of Proposed Contract Actions, Far 6.3 – Other Than Full And Open Competition, This Source Is Expressly Authorized Or Required By Statute, Specifically This Service Is Mandated By Congress, Specifically Under Public Law 118-47.
the Library Of Congress (library) Intends To Award A Sole-source Firm-fixed Price Contract To: The National Federation For The Blind (nfb). The Work To Be Performed Under The Contract Will Be Performed At The Following Location: Contractor’s Facility.
the Period Of Performance Of The Intended Contract Shall Run As Follows: 09/01/2025 – 08/31/2030 (base Plus 4 Option Periods, All Periods Are 12-months In Duration). It Is Valued At An Amount Above The Simplified Acquisition Threshold (defined As Above $250,000).
the Work Shall Consist Of The Following: The Procurement Of At Least 400 Selected Publications To Be Made Available To Blind And Print-disabled Individuals Through Telephone And Internet Access. This Contract Support The National Library Service For The Blind And Print Disabled (nls). This Project Supports The Library’s Mission To Lead And Work Collaboratively With External Communities In Advancing Knowledge And Fostering Creativity For The Blind And/or Print Disabled. The Service Allows Subscribers Across The Country With Access To Daily Newspapers And Magazines At No Cost To Them. A Toll-free Call-in Center Is Offered With On Demand Services To Subscribers, Allowing Individuals Unable To Read Conventional Print To Access The Content Of Newspapers And Magazines While Traveling Across The United States, 24-hours A Day, 7 Days A Week. It Is Of Vital Importance That The Blind And Print-disabled Community Has Access To News While Traveling, And This Contracting Effort Is One Of The Primary Methods Of Fulfilling That. The National Federation For The Blind (nfb) Newsline Program Is The Only Known Organization In The United States That Provides This Service. Since 2008, The Nfb Has Partnered With 45 States To Deliver This Service And Has Maintained A Contract With The Library.
this Announcement Constitutes The Only Public Notice, Proposals Are Not Being Requested From Other Parties And A Written Solicitation Will Not Be Issued.
this Public Notice Accomplishes The Following:
notice Of The Library’s Intent To Sole Source This Requirement To The Business Listed Herein;
synopsizing The Requirements In Accordance With The Far; And Publicly Posting The Approved Justification And Approval (j&a) To The Public In Advance Of The Contract Award Rather Than After Award. As A Result Of This, A Second Posting Of The J&a Is Not Required After The Award Is Made.
as A Result Of This Public Posting, This Shall Be The Only Notice Issued. A Separate Award Notice And A Separate J&a Posting Shall Not Be Performed, As All Public Information Is Being Accomplished Via This Public Notice.
the Following Attachments Are Included In This Notice:
attachment 1: Statement Of Work
attachment 2: Ja -newspaper And Periodical Information Services (redacted For Public Release)
not Further Notices Shall Be Pursued At This Time In Regard To This Contracting Action.
Closing Date6 May 2025
Tender AmountRefer Documents
Municipality Of Kalibo, Aklan Tender
Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Kalibo Invitation To Bid For Purchase Of Emergency And Disaster Dispatch System Use At Municipal Disaster Risk Reduction Management, Kalibo, Aklan The Municipality Of Kalibo, Through The General Fund 2024 Intends To Apply The Sum Of Five Million Seven Hundred Thousand Pesos (5,700,000.00) Being The Abc To Payments Under The Contract For Purchase Of Emergency And Disaster Dispatch System Use At Municipal Disaster Risk Reduction Management, Kalibo, Aklan With Identification Number 05-012-699-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Unit Quantity 1 Ip Pbx Pc. 1 Base Users / Max Users 50 Max Concurrent Calls 25 Base / Max Call Center Agents 50 Max Fxs Ports8 Max Fxo/bri Ports 8 Max Gsm/3g/4g Ports 4 Max E1/t1/j1 Ports - - Expandable D30 – 0 Nfc Read/write No Yes Ethernet Interfaces 2 X (10/100/1000 Mbps) Hard Disk – No 1 Sata (up To 2tb) Usb – 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Power Supply Ac 100-240v 50/60hz 0.6a Max Weight 1.64 Kgg Form Factor Desktop & Wall-mount 1u Rackmount Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing 2 Ip Telephone Pcs. 25 3 Lines Professional Ip Phone 132*64 Graphic Lcd, 3 Line 3 Sip Accounts, Adjustable Bracket, Hd Voice, 12 Programmable Key, Blf, Xml Headset, 2xrj45, Poe. Usb Charger Support Expansion Module Usb Bluetooth & Ehs Dongle Ewm36. 3 Nas Enclosure Pc. 1 • 6 X 3.5”/2.5” Sata Hdd/ssd Drive Bays • 2.2 Ghz Amd Ryzen V1500b Quad-core • 4gb Of Ddr4 Ecc Ram • 4 X Gigabit Ethernet Ports • 3 X Usb 3.2 Gen 1 Type-a | 2 X Esata • Raid 0, 1, 5, 6, 10, Hybrid, And Jbod • Sequential Writes Up To 2300 Mb/s • Aes-ni Hardware Encryption Engine • M.2 2280 Ssd & 10gbe Expansion Slots • Synology Diskstation Manager Os W/ 4tb Enterprise Level Hard Drive 4 Volp Gsm Gateway Server Pc. 1 Number Of Ports 16 Gsm Frequency** 850/900/1800/1900 Mhz Wcdma Frequency** 850/1900 Mhz, 850/2100 Mhz, 900/2100 Mhz 4g Data – 4g Lte Band** Depending On The Module Type, Check The Supported Band And Operators. Protocol Sip, Lax2 Antenna Splitter (4 In 1) Support Transport Udp, Tcp, Tls, Srtp Voice Codec G.711 (alaw/ulaw), G.726, G. 729a, Gsm, Adpcm, Speex Dtmf Mode Rfc2833, Sip Info, In-band Echo Cancellation Itu-t G.168 Lec Calling Type Termination (volp To Gsm/wcdma), Origination (gsm/wcdma) To Volp) Network Protocol Ftp, Tftp, Http, Ssh Lan 2 10/100 Mbps Ethernet Interfaces Nat Traversal Static Nat, Stun Network Dhcp, Ddns, Firewall, Openvpn, Static Ip, Qos, Static Route, Vlan Operation Range 0°c To 40°c, 32°f To 104°f Power Supply Ac 100-240v Storage Range -20°c To 65°c, -4°f To 149°f Dimensions (l X W X H) (mm) 440 X 250 X 44 Humidity 10-90% Non-condensing 5 Server Pc. 1 I7 High End Motherboard 32gb Memory 2tb M.2 8gb Video Card Tower Casing 750w Power Supply True Rated 24 Inch Monitor Mouse And Keyboard 1500va Ups Windows 10 6 Client Desktop Pcs. 6 I5 High End Motherboard 16gb Memory 1tb M.2 4gb Video Card Tower Casing 750w Power Supply True Rated 24 Inch Monitor Mouse And Keyboard 1500va Ups Windows 10 7 Poc With Dual Band Analog Pc. 22 5watts Vhf & Uhf Main Specification: 4g Lte S.o.s Function Geo-fencing Dual Sim Card General: Weight 360g Dimension 156x70x45mm Battery 3100mah Frequency Range Uhf&vhf Channel Capacity 32 X 30 Channel Step 25khz(w) 12.5khz(n) Frequency Stability ±2.5ppm Operating Voltage 7.4v Dc ± 20% Operating Temperature -20°c~+60°c Antenna Impedance 50 Ω Transmitter: Output Power: 5w Modulation Modew: 16k & F3e; N: 8k $ F3e Adjacent Channel Powerw: ≥65db; N: ≥60db Signal Noise Ratio>-40db Parasitic Harmonicw: ≤65db; N: ≥60db Spurious Emission9khz-1ghz≤60dbc Audio Response300hz-3khz: ≤2% Audio Distortion≤5% Receiver: Sensitivity: -120dbm (20db Sinad) Intermodulation: W: ≥60db; N: ≥55db Adjacent Channel Selectivity: W: ≥60db; N: ≥55db Spurious Rejection: W: ≥60db; N: ≥55db Audio Response: 300hz-3khz: +1~-3db Signal Noise Ratio: W: ≥45db; N: ≥40db Audio Distortion: ≤5% Audio Output Power: 1w W/ Ntc License Permit W/ 1 Year Free Subscription Load And Sim 8 Emergency Dispatch Telecommunication Pc. 1 Management System Software Licensed 9 Supply, Delivery To Project Site, Renovation, Pc. 1 Installation, Configuration, Testing, Commissioning, I Documentation And Technical Support And Product Warranty For One Year *includes All The Needed Components / Materials / Accessories The Municipality Of Kalibo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within One Hundred Twenty (120) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Municipality Of Kalibo And Inspect The Bidding Documents At The Address Given Below During 8:00 -12:00 A.m. And 1:00 – 5:00 P.m., Except Saturdays, Sundays & Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9 – 25, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Municipality Of Kalibo Will Hold A Pre-bid Conference On June 13, 2025; 9:00 A.m. At 2nd Floor Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 8:30 A.m. Of June 25, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 25, 2025; 9:00 A.m. At 2nd Floor, Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kalibo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Leah E. Yarre Bac – Secretariat Telephone Number (036) 268-4436 You May Visit The Website: For Downloading Of Bidding Documents: Www.kaliboaklan.gov.ph Sgd: Mary Gay Q. Joel Bac Chairperson
Closing Date25 Jun 2025
Tender AmountPHP 5.7 Million (USD 99.5 K)
Offizielle Bezeichnung Land Hessen, Vertreten Durch Das Hessische Competence Center Zentrale Beschaffung Tender
Civil And Construction...+1Civil Works Others
Germany
Description: Public tender (service) Gate and security services for the Hessian State Theater. Implementation of gate and other security services for the Hessian State Theater in Wiesbaden. Implementation of gate and security services in and for the Hessian Sta... MoreImplementation of gate and other security services for the Hessian State Theater in Wiesbaden. Implementation of gate and security services in and for the Hessian State Theater in Wiesbaden. The service amounts to approximately 2,923.5 hours per year, of which approximately 901.5 hours are to be provided on night duty. The activities to be performed include in particular: - Entry control of house staff, visitors and external companies - Operating the switchboard - Providing information by telephone and in person - Providing local knowledge of the orchestra area, costume department, rehearsal stages, choir hall, artistic operations office and administration - Acceptance and forwarding of mail and small consignments - Acceptance of lost property - Issuing and returning keys, including keeping the key log - Monitoring various alarm monitors, video surveillance systems and fire service access roads, the fire alarm system and, if necessary, immediate initiation and coordination of necessary measures - Processing fault reports from the building management system - Operating the switchgear for the door opening system and the central lighting control - Closing various doors and yard gates using a locking system list. In this context, the contractor must provide a site manager who, through constant communication and accessibility, ensures the smooth flow of activities and the fulfillment of all contractual and other requirements to be met on site. The scope of services also includes the provision and operation of a suitable guard control system for patrols inside and outside. Finally, the service includes the operation of an emergency call and service control center (nsl) recognized in accordance with the VdS 3138 guidelines. In the event of fault reports, the emergency call and service control center must - immediately send suitable employees to the alarm property (the property must be accessible within 20 minutes of receiving the emergency call). - resolve the error message accordingly or contact a fixed contact person. - record the fault reports accordingly. In the event of a fire alarm, the technical security employee must send someone to the property as quickly as possible and open the building for the fire brigade and be available as a contact person for the fire brigade in the gate area. An additional intervention service or further security may be required as an option.
Closing Date27 Mar 2025
Tender AmountRefer Documents
FOOD AND DRUG ADMINISTRATION USA Tender
Others
United States
Details: Market Research Purposes Only
not A Request For Proposal Or Solicitation
the U.s. Food And Drug Administration (fda) Is Conducting Market Research To Support The Center For Biologics Evaluation And Research (cber) Requirement For A Preventative Maintenance, Corrective/remedial Maintenance Repair Service Agreement On A 3730xl Genetic Analyzer (a Capillary Dna Sequencer) And Accessories For Data Acquisition And Analysis. Dna Analyzer Assigned Serial Number: 33295-004.
the Fda Is Seeking Small Business Sources To Determine The Availability And Capability Of Small Businesses Capable Of Providing The Required Services. Other Than Small Business Concerns Are Also Encouraged To Submit Capability Statements. The Following Information Is Provided To Assist The Fda In Conducting Market Research To Identify Potential Contractors For This Effort.
the Associated North American Industry Classification System (naics) Code Is- 811210 – Electronic And Precision Equipment Repair And Maintenance; The Applicable Small Business Size Standard Is $34 Million.
statement Of Work
i. Statement Of Need:
the 3730xl Genetic Analyzer Is An Instrument That Performs Capillary Dna Sequencing. Scientists Use Genetic Analyzers To Determine Sequences Of Dna Fragments Of Research Interests Such As: 1) Confirming The Authenticity Of A Dna Fragment Amplified By Polymerase Chain Reaction, (pcr); 2) Verifying Mutations Introduced By Mutagenesis; 3) Validating The Orientation Of An Inserted Dna Fragment In An Expression Vector; 4) Revealing Sequences Of Isolated Dna Fragments, Etc. Cber Scientists At Fda Conduct Research As Well As Perform Regulatory Functions. To Meet The Higher-volume Sequencing Demands Of Fda Scientists, Fbr Uses A High-capacity Applied Biosystems’ 3730xl Sequencer And Associated Software Programs For Data Acquisition And Analysis. To Maintain Uninterrupted Services To Fda Scientists, This Requisition Is To Purchase Service Contract For The 3730xl Instrument And Accessories. The Equipment Service Contract Expired On 3/10/2025.
ii. Statement Of Work:
scientists At Cber Are Engaging In Many Aspects Of Biomedical Research And Conducting Product Reviewing Relevant To Drug And Therapy Efficacy And Safety. Dna Manipulations Including Pcr Amplification Of Gene Fragments, Vector Construction For Gene Expression, And Mutagenesis Of Gene Sequences Are Some Of The Routine Tasks Undertaken At Cber. These Activities Provide Critical Information For The Identification Of Pathogenic Strains Involved In Various Diseases, Or Mutations That Are Responsible For Phenotypes Threatening The Health And Well-being Of Humans. Most Dna Manipulations Require Sequence Confirmation Via Dna Sequencing. Staff At Fbr Assists Scientists In Dna Sequencing Using An Applied Biosystems’s 3730xl Genetic Analyzer. This Instrument Uses 48 Or 96 Capillaries That Allow High Throughput Sequencing To Meet Increasing Demands Of Cber Scientists’ Needs For Sequencing And Data Analysis. The Requisition For A Service Contract Ensures The Instrument Is Maintained At Optimal Operation Conditions For Sequencing And Data Analysis Which Supports Fda Scientists’ Critical Research And Regulatory Endeavors.
performance Requirements
-the Contractor Shall Provide One (1) Scheduled On-site Planned Preventive Maintenance Visit Per Year. The Consumables Required For Pm Visit Shall Be Included In The Contract. All Costs For Labor, Travel, And Parts Required For Preventative Maintenance Shall Be Included.
-the Contractor Shall Provide Unlimited On-site Corrective Maintenance And Repairs Within 2 Business Days Of Call For Service Where Problems Cannot Be Resolved Remotely After 2 Business Days. All Costs For Labor, Travel, And Parts Shall Be Included.
-the Maintenance And Repair Activities Shall Be Performed By The Service Engineers Who Are Trained And Certified, And The Service Provider Should Follow The Original Equipment Manufacturer (oem) Specifications, Manuals, And Service Bulletins, Using Oem-certified Replacement Parts, Components, Subassemblies, Etc.
-the Contractor Shall Include Unlimited Software And Firmware Updates During The Entire Coverage Period(s).
-the Contractor Shall Include Unlimited Technical Support (via Phone And Email) On Software And Hardware Related Issues And Trouble-shooting Capabilities, Monday Through Friday (excluding Federal Holidays).
- Access By The Fda Technical Representative (tr) And System Operator Personnel To The Manufacturer’s Call Center For Technical Assistance Including Software, Which Is Staffed By Senior Engineers To Provide A High Level Of Expertise For Troubleshooting The Instrument.
-all Maintenance And Repair Pricing Must Encompass Costs For Labor, Travel, Replacement Parts, Components, Subassemblies, And Any Other Necessary Expenses Related To The System.
- Deliverables: Service Records And Reports
The Contractor Shall, Commensurate With The Completion Of Each Service Call Or Preventative Maintenance Visit, Provide The End-user Of The Equipment And The Contracting Officer With A Copy Of A Field Service Report/ticket Identifying The Equipment Name, Manufacturer, Model Number, And Serial Number Of The Equipment Being Serviced/repaired And Detailing The Reason For The Service Call, A Detailed Description Of The Work Performed, The Test Instruments Or Other Equipment Used To Affect The Repair Or Otherwise Perform The Service, The Name(s) And Contact Information Of The Technician Who Performed The Repair/service, And For Information Purposes, The On-site Hours Expended And Parts/components Replaced.
place Of Performance
cber
10903 New Hampshire Ave., Room 1106, Bldg. 52/72
silver Spring, Md 20993.
period Of Performance
base Period: July 1, 2025 Through June 30, 2026
option Year 1: July 1, 2026 Through June 30, 2027
option Year 2: July 1, 2027 Through June 30, 2028
fob Point Destination. All Items Shall Include Shipping And Handling To The Destination Identified Herein.
alternative Solutions Will Be Considered Insofar As Any Such Alternate System And/or System Components Meet The Minimum Intended Use Of The System And Brand Name Or Equal Technical Requirements.
the Offeror Shall Furnish Sufficient Technical Information Necessary For The Government To Conclusively Determine That The Offered Products/services And Components Meet The Technical Requirements Identified Above. Though The Target Audience Is Small Business Manufacturers Or Small Businesses Capable Of Supplying A U.s. Made Product/service Of A Small Business Manufacturer Or Producer All Interested Parties May Respond. At A Minimum, Responses Shall Include The Following:
business Name, Sam Unique Entity Id Number, Business Address, Business Website, Business Size Status (i.e., Sb, Vosb, Sdvosb, Hubzone Sb, Sdb, Wosb, Lb), Point Of Contact Name, Mailing Address (if Different From Business Address), Phone Number And Email Address (provide This Same Information If Responding To Provide A Product Manufactured By Another Firm);
sufficient Descriptive Literature That Unequivocally Demonstrates That Offered Products And Services Can Meet The Above Requirements. All Descriptive Material Necessary For The Government To Determine Whether The Service/product Offered Meets The Technical Requirements Including: Technical Specifications, Iso Certifications, Descriptive Material, Literature, Brochures And Other Information, Which Demonstrates The Capabilities Of The Contractor To Meet The Requirement.
three (3) Years Of Past Performance Service Information, If Not The Manufacturer Of The Equipment Identified Herein, Where The Respondent Has Provided Same Or Substantially Similar Service Solutions On The Same Or Near-same Brand Name Equipment. For Each Past Performance Reference Include The Date Of Sale, Description, Dollar Value, Client Name, Client Address, Client Point Of Contact Name, Client Point Of Contact Mailing Address (if Different From That Provided For Client), Client Point Of Contact Phone Number, Client Point Of Contact Email Address, And Name Of The Manufacturer (to Include Sam Unique Entity Id Number And Size Status) If Not The Respondent.
the Offeror’s Capability To Initiate Service On-site Within The Time Specified Above.
offeror Shall Provide Estimated Historical On-site Response Time From The Initial Call For Service Until A Service Technician Was On-site For The Brand Name And Model Of Instrument In This Solicitation Or A Standard Target Time For Onsite Performance From Initiation Of Service Call.
if Applicable, Identification Of The Firm's Gsa Schedule Contract(s) By Schedule Number And Sins That Are Applicable To This Potential Requirement. Detailed List Of Items Included And Not Included On The Gsa Contract To Meet This Requirement.
if Applicable, Identification Of Best In Class (bic) Contract Information Or Other Government-wide Or Hhs-wide Contracts That The Equipment/service Is Available On.
capability And Understanding Of Accessibility Testing And Customization To Conform With The Applicable Section 508 Standards Identified Herein. Provide Information If The Respondent Has An Accessibility Conformance Report (acr) For The Products Offered For The Revised 508 Standards. The Acr Should Be Based On Thevoluntary Product Accessibility Template Version 2.0 (ms Word)provided By The Industry Technology Industry Council (itic).
provide Information If Any Of These Specifications Are Too Restrictive. No Response Will Be Considered That The Listed Specifications Are Adequate In A Competitive Environment.
if A Large Business, Identify The Subcontracting Opportunities That Would Exist For Small Business Concerns;
standard Commercial Warranty And Payment Terms;
provide Place Of Product Manufacture Or Service Performance And Any Other Applicable Information To Enable Review And Analysis Pertaining To The Buy American Statute And Requirements Relating To Made In America In The Event A Nonavailability Waiver Request Through The Miao Digital Waiver Portal Is Needed; And
though This Is Not A Request For Quote, Informational Pricing Is Encouraged.include The Cost If There Will Be Any Reinspection Fees/costs Since The Instrument Is Not Currently Covered By A Service Agreement.
the Government Is Not Responsible For Locating Or Securing Any Information, Not Identified In The Response.
the Government Encourages Any Comments And/or Suggestions From Any Interested Party, Regarding The Specifications. While The Government Will Not Respond Directly To Your Comments And/or Suggestions; We Will Consider Them As We Finalize The Specifications In Preparation For The Forthcoming Solicitation.
interested Parties Shall Respond With Capability Statements Which Are Due By Email To The Point Of Contact Listed Below On Or Before May 14, 2025 By 13:00 Hours (central Time In Jefferson, Arkansas) To Nick.sartain@fda.hhs.gov. Reference Cber-2025-128782.
notice Of Intent
responses To This Sources Sought Announcement Will Assist The Government In Determining Whether Or Not Any Future Requirement Similar To This One Should Be Set Aside For Small Business, Made Available To Full And Open Competition Or Procure Through Sole-source Acquisition Procedures.
disclaimer And Important Notes
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
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).
Closing Date14 May 2025
Tender AmountRefer Documents
FEDERAL ACQUISITION SERVICE USA Tender
Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quote. There Will Not Be A Solicitation Or Request For Quote At This Time. No Contract Will Be Awarded From This Announcement, And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. This Notice Is A Market Research Tool Used To Obtain Information Only And To Identify Contractors Who Possess The Capabilities, Experience, And Interest To Provide Services As Specified Below. Respondents Will Not Be Notified Of The Results Of The Evaluation.
this Market Research Tool Is Being Issued For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment, Implied Or Otherwise, To Issue A Solicitation Or Ultimately Award A Contract. The General Services Administration (gsa) In Partnership With The Defense Travel Management Office (dtmo), On Behalf Of The Department Of Defense (dod), Is Performing This Market Research To Aid In The Development Of Its Acquisition Approach. Upon Review Of Industry Response To This Sources-sought Synopsis, The Government Will Determine Its Acquisition Approach In Consideration Of And In Compliance With The United States – Republic Of Korea (us-rok) Status Of Forces Agreement (sofa).
dtmo, On Behalf Of Dod, Requires Travel Management Support Services From Contractors Knowledgeable In The Areas Of Travel Authorizations, Reservations, Ticketing Fulfillment, Reporting And Travel Management To Support Official Travel Activities Of Authorized Dod Travelers. The Intent Of This Sources Sought Synopsis Is To Identify All Companies With The Capacity, Experience, And Interest In Competing For Proposed Procurement For Travel Management Company (tmc) Services. Dtmo Will Function As The Single Customer Representative For All Designated United States Forces Korea (usfk) Services, Activities And Facilities Sites Requiring Support To Include Department Of Defense Agencies Located On The Usfk Bases/facilities. The Dtmo Has Overall Responsibility For Procuring Tmc Services On Behalf Of Dod. Tmc Services Managed By The Dtmo Are Currently Provided To Dod Locations Worldwide By Multiple Tmc Service Providers, Comprised Of Both Large And Small Businesses. The Usfk Staffed Locations Include: United States Army Garrison, Camp Casey Dongducheon, Korea; United States Army Garrison, Camp Humphreys Pyeongteak, Korea; United States Army Garrison, Camp Henry/walker Daegu, Korea; United States Army Garrison, Yongsan Seoul, Korea; United States Air Base (a) Kunsan, Korea; And, United States Air Base (ab) Osan, Korea.
should A Solicitation Develop Upon Completion Of Market Research, A Federal Supply Schedule (fss), Category L – Travel, Special Item Number (sin) 561510 Travel Agent Services Solicitation For Tmc Services Is Anticipated. The Intended Contract Term Will Be For A 12-month Base Period With A Potential Of Four (4), One-year Option Periods, Which Cumulatively Will Not Exceed Sixty (60) Months. The Anticipated North American Industry Classification Standard (naics) Code To Be Used For This Procurement Is Naics 561510, Travel Agencies / Travel Management Services, With A Small Business Size Standard Classification Of $25.0m. The Planned Solicitation Is Anticipated To Utilize Far 8.4 Procedures.
the Dtmo Maintains Central Oversight For Commercial Travel Management, Travel Policy And Implementation, Customer Support And Training, Dod Travel Card Program Management And Functional Oversight For The Dod Online Booking Tool (obt). Contractors Must Have The Ability, Knowledge, And Skills In The Areas Of Information Technology, Call Center Services, Global Distribution Systems (gds), U.s. Government Travel Suppliers, U.s. Government Travel Policy (joint Travel Regulation [jtr]), And The Defense Travel Regulations [dtr]). Contractors Shall Ensure That Travel Management Services Performed Are Within Policy Guidelines; Use Government Preferred Suppliers, Unless A Valid Exception Applies; And Travel Management Services Shall Provide The Government With An Overall Best Value.
the Usfk Require Tmc Services Be Provided For Dod Travelers To Conduct Official Travel To Include Travel By Civilians On Invitational Travel Authorizations In Connection With Official Business Of The U.s. Government And Performed Under Orders At The Expense Of Federal Appropriated And Non-appropriated Funds, With The Exclusion Of Leave In Conjunction With Official (licwo) Travel. Tmc Services Provide Support To Dod Travelers By Making Reservations And Issuing Tickets For Commercial Modes Of Transportation; Making Reservations For Car Rental And Lodging; And Performing Related Services, Such As Reporting And Maintenance Of Records. Tmc Services Shall Include, But Are Not Limited To, The Following Services:
tmc Assist Travel Arrangements
dod Obt Travel Arrangements
centrally Billed Account (cba) Reconciliation
movement Of Human Remains
delivery Of Reports
providing Global Distribution System (gds) Terminals / Gds Web Account Access Credentials
maintaining Security Of Personnel Data/privacy Act Enforcement Iaw Department Of Defense Instruction 5400.11, “dod Privacy And Civil Liberties Programs” And Office Of Management And Budget Memorandum M-06-15, “safeguarding Personally Identifiable Information.”
leave In Conjunction With Official Travel (licwo)
pet Travel
military Working Dog Travel
air Mobility Command/patriot Express (amc/pe) Arrangements
the Potential Procurement For Tmc Services Requires Compatibility With The Existing Dod Obt Platform And Any Revised Versions And/or Future Systems/programs. Further, There Are Multiple Reporting Requirements For Tmc Service Providers Via Dod Obt And Any Next Generation Systems/programs. Based On The Current Level Of Performance Under The Current Contract, As Well As The Tmc Service Requirements To Be Incorporated In The Solicitation, Dod Anticipates That Vendors Will Propose Robust Information Technology (it) Solutions, Sufficiently Flexible To Take Into Account Existing Dod Systems (e.g., Dod Obt) And Ensure Compatibility With It And Any Next Generation System(s). All It Solutions Must Conform To U.s. Government Standards Under National Institute Of Standards And Technology Nist Sp 800-171 And 800-171a, Department Of Defense Instruction (dodi) 8510.01, And Federal Information Security Management Act (fisma) National Institute Of Standards And Technology (nist) Sp 800-53, And Nist Federal Information Processing Standards Publication (fips) 200.
in Addition To Schedule Constraints, There Are Capability And Performance Requirements That Must Be Met By The Contractor. The Contractor Shall, At A Minimum:
provide All Personnel, Equipment, Facilities, Licenses, Materials, Resources, Supplies, And Services, And Perform All The Tasks Necessary To Meet All Requirements.
provide Travel Services Support For Authorized Travelers On Official Travel For Designated Usfk Facilities Located In Korea To Include Dod Agencies Located On These Usfk Facilities.. All Tasks Shall Be Performed In Accordance With Travel Management Services And Reservations Made Using Dod Obt And Tmc Assist/non-dod Obt. In The Event That Local Business Rules Conflict With The Requirements, The Requirements Of This Action Shall Take Precedence.
be Capable Of Demonstrating The Ability To Process, Receive, And Send Dod Obt Reservations, As Well As Demonstrate Customer Service To Ensure Dod Traveler Needs Are Met. Note: The Only Two Gds That Are Compatible With The Dod Obt System Is Sabre And Worldspan. Offeror Proposals Will Not Be Considered Unless They Have Passed Pnr Validation.
submittal Requirements: As Permitted By Far Part 10, It Is Requested That Interested Parties Submit A Brief Capabilities Statement Package Demonstrating The Ability To Perform The Services Listed Above. Additionally, The Package Needs To Indicate The Gds System That The Interested Party Will Use. The Capability Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Firm’s Qualifications To Perform The Defined Work. Please Note That Your Submittal Shall Not Exceed Ten (10) Single-sided Pages. Pages In Excess Of The Ten (10) Page Limit Will Not Be Considered. Submit Your Completed Responses No Later Than 2:00 P.m. Eastern On 1 May 2025 To The Contract Specialist, Amber Forehand-hughes, Via Email To Amber.forehand-hughes@gsa.gov. Identify In The Subject Line Of Your Response: "usfk Sources Sought.” The Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources As A Result Of This Synopsis. Information Received As A Result Of This Sources Sought Will Become Part Of Our Market Research To Determine Interest And Capability Of Potential Sources. The Documentation Shall Address, At A Minimum, The Following:
a. Company Profile To Include: (1) Company’s Full Name And Address; (2) Year The Firm Was Established, Its Nationality, And Number Of Employees; (3) Names Of Two Principals To Contact (including Title, Telephone And Email Addresses); (4) Copy Of Any Certifications (if 8(a) Or Hubzone Certified, Provide The Sba Business Opportunity Specialist Name And Phone Number Assigned); Identify The Size Status Of Your Firm And Identify Any Sub-categories Of Small Business For Which You Qualify (i.e., Wosb, Edwosb, Sdb, Vosb, Sdvosb); (5) Indicate If The Firm Is Registered In The System For Award Management (sam) Database
(https://www.sam.gov/), Including Unique Entity Id (uei) And Cage Code; And (6) The Company’s Compliance With And Understanding Of The Us-rok Sofa In Relation To This Requirement.
relevant Experience.
include Information On Recent Past Projects That Best Illustrate Your Qualifications To Perform The Various Services Listed Above. List Up To Three (3) Projects Performed Within The Last Five Years That Best Illustrate Your Qualifications To Perform The Various Services Listed Above. Provide The Following Information For Each Project Listed:
contract Number And Project Title;
name Of Contracting Activity;
administrative Contract Officer’s Name, Current Telephone Number And Email Address;
contracting Officer’s Technical Representative Or Primary Point Of Contact, Current Telephone And Email Address;
contract Type (stand Alone, Mas Task Order, Fixed Price, Etc.);
contract Period Of Performance (start And Completion Date);
basic Contract Award Amount And Final Contract Value;
summary Of Contract Work;
provide Information And Experience Of The Company And Key Personnel Demonstrating The Ability To Provide The Types Of Services Listed In The Primary Tasks Above;
provide A Brief Written Statement As To Your Understanding And Ability To Relate The Services As Described In (1) To Those Of The Requirement As Delineated Above, Including Adherence To The Us-rok Sofa, Associated Security Requirements, And How They Pertain, If At All, To The Submitted Project; And
the Relevant Experience (b) Must Be Complete And Sufficiently Detailed To Allow For A Determination Of The Firm's Qualifications To Perform The Defined Work. The Relevant Experience Must Be On 8 By 11-inch Standard Paper, Single Spaced, 12 Point Font Minimum And Limited To 10 Single Sided Pages. The Government Reserves The Right To Request Additional Information As Needed, From Any And All Respondents.
additional Information. If Any, That The Responders Believe Is Relevant.
answers To Questions About This Sources Sought Announcement Will Be Made Available To All Responders.
questions Or Comments Regarding This Notice May Be Addressed In Writing To Amber Forehand-hughes Via E-mail To Amber.forehand-hughes@gsa.gov.
as This Is For Market Research Purposes, Only A Draft Pws Is Available At This Time, Without Additional Attachments. A Full Package Would Be Provided Should Any Future Requirement Be Solicited.
responses Are Due Nlt Day, 1 May 2025 No Later Than 2:00 Pm Eastern. Late Responses Will Not Be Accepted.
note: The Government Reserves The Right To Cancel This Sources Sought At Any Time. The Government Is Not Responsible For Any Costs Incurred In Order To Participate In This Process. All Information Submitted Is At The Offeror’s Own Expense. Any Recommendations Or Suggestions Provided In Response To This Notice May Be Utilized Without Any Restrictions Whatsoever Or Cost To The Government And May Be Included In Any Resultant Solicitation.
we Appreciate Your Interest And Thank You In Advance For Responding To This Notice.
question 1: Are The Usfk Tmc Services (sam Notice Id 47qmcb25n0001) A Completely New Requirement Or Is There Is An Incumbent? If The Latter, Are You Able To Provide The Associated Incumbent Vendor Name And Contract/task Order Number?
answer 1: This Market Research Is Associated With The Potential Recompete Of Services Currently Received Under Contract Gs-33f-0027p, Task Order 47qmcb21f0001 With Omega World Travel, Inc. 3102 Omega Office Park Fairfax, Va 22031.
Closing Date1 May 2025
Tender AmountRefer Documents
Forest Product Research And Development Institute Fprdi Tender
Furnitures and Fixtures
Philippines
Details: Description Item No. Unit Items & Description/s Abc Per Item Qty 1 Unit Desk Workstation Specifications General Structure · Type: Modular Office Workstation · Configuration: Single-person Cubicle Setup · Design: L-shaped Privacy Panel With Three-sided Enclosure · Water And Corrosion Resistant Work Surface · Material: Laminated Engineered Wood (likely Mdf Or Particle Board) · Finish: Natural Light Oak Or Maple Woodgrain Finish · Shape: Rectangular Tabletop · Edge: Smooth, Rounded Laminate Edging · Table Size (estimated): 126 X 63 Cm · Weight Capacity: Suitable For Standard Office Equipment (monitor, Desktop, Cpu, Printer, Files) Frame And Panels · Frame Material: Powder-coated Steel Or Aluminum · Color: Matte Black/dark Gray Finish · Side & Back Panels: O Lower Section: Opaque Solid Panel For Privacy O Upper Section: Horizontal Aluminum Slats With Acrylic Or Polycarbonate Inserts For Partial Visibility And Airflow · Height Of Partition (estimated): 120–135 Cm" 39,650.00 2 Additional Features · Built-in Cable Management: May Include Grommet Holes Or Concealed Paths (not Visible But Typically Integrated) With Office Drawer · Type: Mobile Pedestal Drawer (on Wheels) · Material: O Frame: Powder-coated Metal O Drawer Front: Laminated Wood Finish (matching Table) · Configuration: O 1 Lockable Utility Drawer (with Handle And Keyhole) O 1 File Drawer For A4 Or Letter-size Folders · Mobility: 4 Caster Wheels For Easy Movement · Color Combination: Black Frame With Wood-textured Drawer Fronts (optional) Purpose: To Have A Better Workspace For Office Works And Some Prototype Testing Assembly & Use · Assembly: Modular, Flat-pack Friendly; Tools And Manual Typically Included · Ideal For: Offices, Call Centers, Shared Workspaces, Or Home Office Use · Maintenance: Easy To Clean Laminated Surfaces, Scratch And Stain-resistant Purpose: To Have A Better Workspace For Office Works And Some Prototype Testing" 2 Pc Office Chair Specifications · 360 Degree Rotation Function · Adjustable Height · Tilt Mechanism · Maximum Load 150 Kg · Five-star Chrome Base · Has A Built In Body Massage Mechanism · Sit Comfortably And Support Your Body Well · The Armrest Can Be Adjusted According To The Inclination Of The Back Seat. · Pu Leather, Good Quality And Strong · There Is A Seat Height Adjustment Technology. Sgs Quality. Make Sure That The Chair Does Not Explode. · Easy To Move Wheels · Can Lie Down Comfortably · Free Cool Gel Mask Color Matching · Office Chair Executive Chair · Sit Comfortably And Support Your Body Well · The Armrest Can Be Adjusted According To The Inclination Of The Back Seat. · Pu Leather, Good Quality And Strong Purpose: Supports Natural Spine Alignment To Reduce Fatigue During Long Hours Of Sitting, Increasing User’s Efficiency 10,346.70 3 3 Pc File Organizer Specifications Product Type: Horizontal Closed-end Magazine File Holder Orientation: Horizontal (for Stacking Letter-size Documents Flat) Color: Black Material: Durable Plastic Or Polypropylene (pp) Finish: Matte Or Semi-gloss Finish For A Professional Look Capacity: Holds Multiple Letter-size Folders, Files, Magazines, Or Envelopes Closure: Closed Sides And Back To Securely Contain Documents Open Front Design: Easy Access To Stored Items While Keeping Them Neatly Organized Label Holder: May Include A Front Label Slot For Easy Identification (depending On Variant) Ideal For: Office Document Storage Shelves And Cabinets Desk Organization Dimensions (approximate): Width: 9–10 Inches Depth: 12–13 Inches Height: 3–4 Inches (subject To Product Version) Stackable: Designed To Stack Securely For Space-saving Filing Systems Purpose: To Neatly Organize And Store Letter-sized Documents, Folders, And Magazines In A Horizontal Layout, Keeping Workspaces Tidy And Improving Filing Efficiency. 1,177.80 6 4 Unit Cutting Mat Specifications: · Size: A3 · Material: Durable Pvc Or Rubber With A Self-healing Surface To Prevent Marks From Cutting · Color: Classic Green With Gridlines For Precise Measurements · Grid Pattern: Printed Gridlines, Often In 1 Cm Or 1/8 Inch Increments, For Accurate Cutting · Double-sided Use: Reversible With A Different Grid Design Or Additional Markings On Each Side · Thickness: Typically 2-3mm For A Balanced, Sturdy Feel While Cutting · Non-slip Base: Rubberized Or Textured Backing To Keep The Mat In Place During Use · Durability: Long-lasting Surface That Resists Wear And Protects Blades Purpose: To Avoid Cut Marks To The Desk 500.00 2 ----------------------- Nothing Follows --------------------- Total Abc Php 51,674.50 =================================================== Reminders: Please Observe The Following Instructions Below When Accomplishing The Fprdi Rfq Form. 1. Accomplish This Rfq Completely, Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Indicate "no-bid", “no Quote” Or “no Offer” For Items Not Intended To Quote 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 5. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Bid Can Be Submitted Through Our Official E-mail Address At Email Address Stated At The Philgeps Notice Abstract Stating Philgeps Reference No. Or Through Express Mail/courier. Please Use And Fully Fill Out The Official Fprdi Rfq Form, Including The Unit Price And Total Price To Avoid Invalidation Of The Quotation. Just Attach Any Additional Document/s In Support Of Your Quotation. Please Submit Scanned/photocopies Of The Following Documents As Required By Philgeps For Small Value Procurement: • Mayor's Permit (cy 2025) Or Proof Of Renewal • Valid Philgeps Registration • Income/business Tax Return For The Past 6 Months (required For Abc Php 500,000.00 & Above) • Omnibus Sworn Statement (oss) Indicating The Name Of The Procuring Entity And The Project Title And Details. (unnotarized Oss Will Be Accepted As Per Gppb Reso 2020-09 And To Be Notarized If Awarded) Please Be Reminded To Use The Latest Oss Template Issued By Gppb And To Indicate The Title Of The Project And The Procuring Entity. The Revised Oss Template Can Be Downloaded At Https://www.gppb.gov.ph/downloadable-forms/#tab-61412 Please Take Note Of The Details Below: • The Mode Of Awarding: Per Item • Payment Mode Is Via Lddap-ada (applicable Bank Charges Will Be Deducted For Non-landbank Accounts), By Terms. • Bir W/holding Taxes Shall Be Applied. Alternatively, You Can Submit Your Sealed Quotation To This Address On Or Before The Closing Of Date. Fprdi Bac Dost-forest Products Research And Development Institute Narra Rd. Forestry Campus, College, Los Baños, Laguna 4031
Closing Date9 Jun 2025
Tender AmountPHP 51.6 K (USD 929)
331-340 of 362 archived Tenders