Computer Tenders
Stichting Openbaar Onderwijs Marenland Tender
Software and IT Solutions
Netherlands
Description: Netherlands – Computer-related Equipment – Das Ict Hardware - Tablets
Closing Date31 Jul 2029
Tender AmountRefer Documents
Stichting Openbaar Onderwijs Marenland Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Netherlands
Description: Netherlands – Computer-related Equipment – Das Ict Hardware - Laptops
Closing Date31 Jul 2029
Tender AmountRefer Documents
British Council Tender
Education And Training Services
United Kingdom
Details: The British Council Is Looking For Partner Testing Points (ptps) To Deliver Ielts On Computer Test Sessions In The Following Countries: Spain And Portugal About Ielts: Ielts Is A High Stakes English Language Test Which Is Accepted By More Than 12000 Organisations Worldwide. Ielts Is Trusted Because Of Its Reliable Content And Secure Delivery. Tests Are Subject To Clear Rules And Requirements Around The Quality Of The Test Environment, The Security Of The Test And The Actions Of Test Day Staff. The Test Consists Of A 3-hour Written Test Taken On Computer And A 15-minute Speaking Exam, Delivered Via The Internet. Tests Usually Start At 9am Or 1pm And Can Be Scheduled For Any Day Of The Week, Although Some Days, Especially Saturdays Are More Popular. What Is A Ptp: As A Partner Testing Point, You Would Be Responsible For Delivering Scheduled Ielts Tests At Times And On Dates Agreed With British Council. To Do This, You Will Need To Supply: • A Computer Testing Room, • At Least One Room Set Up For Online Speaking Tests, • Secure Storage For Test Materials And Candidate Belongings, • A Waiting Area, • Appropriate Staff To Manage The Test Preparation And Delivery. These Staff Will Need To Pass Training And Monitoring Standards Set By British Council Ielts. British Council Manages Test Scheduling, Candidate Registration, Payment, And Certification. British Council Pays A Fixed Rate Per Candidate For Every Ielts Test Scheduled At Your Location.
Closing Date3 Mar 2029
Tender AmountRefer Documents
Stichting Fedra Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Netherlands
Description: Netherlands – Computer-related Equipment – Das Laptops
Closing Date31 Jul 2029
Tender AmountRefer Documents
Washington Metropolitan Area Transit Authority - WMATA Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: Wmata Is Seeking To Install A Modular Office At Shepherd Parkway
the Office Of Supply Chain Enterprise Service (sces) Is Responsible For Housing And Securing Non-revenue Overhaul Shop Supplies Inventory And Confidential Documents At The Shepherd Parkway Storeroom Valued At About $11,635.00
install A Modular Office; 9wx20lx9h Equipped With Hvac; Computer/telephone/electrical Outlets To Accommodate Four Computers And Two Printers/scanners. Construct A Modular Office Footprint: 18'10"x16'10" Wall Structure 9' Tall Qty (2) 40x84 Door Qty (2) Window Qty (4) 2 Light Fixtures, Light Switch, (3) Duplex Outlets Qty (1) Circuit Breaker Box, (1) Hvac Unit, Through Wall Style With 8,000 Btu Cool And Heat.
Closing Date5 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items And Services Prepared In Accordance With (iaw) The Format In Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items”, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Purpose Of This Requirement Is To Provide The Fleet Readiness Center South West (frcsw) Preventative Maintenance And Service On Eighteen (18) Machines Manufactured By Dmg Mori, Mori Seiki, And Fastems. The Work To Be Performed Under The Contract Will Include Preventative Maintenance, Emergent Service And Scheduled Service Repairs, And Over And Above Work.
set Aside: None. This Will Be A Full And Open Competition. Naics Code For This Announcement Is 811310.
solicitation Closing Date: All Proposals Must Be Received By The Closing Date/time On December 9, 2024 At 4:00 Pm Est. Preferred Delivery Method For Submission Of Your Proposal Is Via Dod Safe. A Dod Safe Link Will Be Provided By Contacting Amanda Taylor, At Email: Amanda.j.taylor80.civ@us.navy.mil. Requests Shall Be Made Within 7 Calendar Days Of The Closing Of The Solicitation. Proposals Shall Include At A Minimum, The Following:
unit Pricing Per Line Item As Shown On The Separately Attached Schedule Of Items Table;
vendor Contact Name, Phone Number And Email Address
company Cage Code And Duns Number/unique Entity Id Number
business Size: Small/large/other: _______________
to Obtain Or Renew A Duns Number And/or Cage Code, Please Visit Https://beta.sam.gov/.
all Companies Must Be Registered In The System For Award Management At Https://beta.sam.gov/ To Be Considered For Award. The Government Will Not Provide Contract Financing For This Acquisition. Invoice Instructions Shall Be Provided At Time Of Award
note: A Price Matrix Table Has Been Provided As A Separate Attachment To Assist With Supplying The Required Pricing And Vendor Contact Information.
contract Type: Under Far Part 13.5 The Government Intends To Award A Single Firm Fixed Price (ffp) Contract.
description Of Requirement:
the Commander, Fleet Readiness Center (comfrc) Procurement Group (pg), In Support Of The Fleet Readiness Center Southwest (frcsw) – North Island, Intends To Procure Preventative Maintenance And Emergent Repair Services For 18 Cnc Machines Manufactured By The Following: Dmg Mori, Dmg Mori/burener Maschinenfabrik, Mori Seiki, And Fastems. The Requirement Will Include Providing Preventative Maintenance, Emergent And/or Scheduled Maintenance, And Over And Above Work.
please See Attached Statement Of Work And Cdrls For Full Requirements
warranties: A Warranty Shall Be Provided For A Minimum Of Twelve (12) Months (e.g. 365 Days) That Follows “start-up, System(s) Testing, And Acceptance/recognition Of Project Completion,” By The Government And Final Payment Acceptance By The Contractor. Please See Attached Statement Of Work For Additional Warranty Requirements.
place Of Performance, Inspection, And Acceptance: Deliver Fob Destination, Services Shall Start No Later Than Fifteen (15) Days From Date Of Contract Award.
address For Delivery And Place Of Performance: Frcsw Nas North Island Bldgs 347 And 472, San Diego, Ca 92135
list Any Acceptance Criteria: All Or None Basis.
conformance To Sow: You Must Provide The Supplies And Services In Accordance With The Statement Of Work. Unless An Exception Is Specifically Noted Within Your Proposal, Your Proposal Will Be Considered To Be In Complete Conformance To The Solicited Requirements.
submissions: The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition, And Is Amended As Follows:
the Offeror Agrees To Hold The Prices In Its Offer Firm For 120 Calendar Days From The Date Specified For Receipt Of Offers.
the Response Will Consist Of The Following:
part I – The Proposal Consists Of A Cover Page That Is Signed And Includes The Authorizing Point-of-contact. In Doing So, The Offeror Agrees To The Contract Terms And Conditions As Written In The Solicitation, With Attachments. The Cover Letter May State Any Delineating Exceptions Taken To The Solicitation Terms And Conditions With Accompanying Rationale. However, Offerors Are Cautioned That Any Noncompliance With The Terms And Conditions Of The Solicitation May Cause Their Quote To Be Determined Not Eligible For Award. Offerors Shall Ensure That All Clauses And Provisions That Require "fill In" Information Are Appropriately Completed (attachment 4).
part Ii - Price - Submit One (1) Electronic Copy Of The Completed Price Matrix (attachment 3) (electronic Copies Must Be Compatible With Microsoft Excel).
basis For Selection: Pursuant To Far 12.603, Contract Award Will Be Made Using Simplified Acquisition Procedures In Accordance With Far 13.5. Offeror’s Submissions Will Be Evaluated Based Upon The Following:
technical: Offeror Shall Clearly Demonstrate Its Technical Approach To Meet The Requirements Of Clin/line Items Based On The Requirements Of The Request For Proposal, Quantity, Quality And Timeliness Of Delivery.
price: The Offeror Shall Complete Clin Pricing Matrix, Attachment 4, Of This Solicitation. In Addition To The Completed Clin Pricing On Page One (1), The Offeror Shall Provide Sufficient Price Information To Allow The Contracting Officer To Determine The Completeness And Reasonableness Of The Offerors Prices.
far 52.212-2, Evaluation - Commercial Items, Applies To This Acquisition And Is Amended As Follows:
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Will Be Used To Evaluate Offers:
factor:
(1) Technical
(2) Price
technical Is Less Significant Than Price.
options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Unless A Written Notice Of Withdrawal Is Received Before Award.
this Is A Competitive Lowest Price, Technically Acceptable Acquisition Following Simplified Acquisition Procedures Iaw Far Subpart 13.5 In Which Competing Offerors Price Will Be Evaluated On A Basis Significantly More Important Than Technical. By Submission Of Its Offer In Accordance With The Instructions Provided In Clause Far 52.212-1, Instructions To Offerors, The Offeror Accedes To The Terms Of This Model Contract And All Such Offers Shall Be Treated Equally Except For Their Prices And Technical Records. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows:
price Evaluation. All Offerors Will Be Ranked According To Price In Order Of Lowest To Highest Based On Their Total Evaluation Price, Including Option Prices. An Offeror’s Total Price Will Be Determined By Adding Together The 12-month Price For The Line Items For Preventive Maintenance For The Base Year And Each Option Period.
the 6-month Extension Of Services Is Iaw Far 52.217-8, "option To Extend Services" And Will Only Be Utilized If Necessary. The 6-month Extension Of Services Is Not Considered Part Of Option Period 4 And Will Be A Separate Option Exercise If It Is Utilized. However, Proposed Pricing For The 6-month Extension Will Be Based On Option Period 4 Pricing.
technical Evaluation. Beginning With The Lowest Priced Offer, The Contracting Officer Will Seek Recent And Relevant Technical Information On All Offers Based On The References Provided By The Offeror, If The Lowest Priced Evaluated Offer Is Judged Technically Acceptable, Then That Offer Represents The Best Value For The Government And The Evaluation Process Stops At This Point. Award Shall Be Made To That Offeror Without Further Consideration Of Any Other Offers. If The Lowest Priced Offeror Is Not Judged Technically Acceptable, The Next Lowest Priced Offeror Will Be Evaluated, And The Process Will Continue (in Order By Price) Until An Offeror Is Judged Technically Acceptable Or Until All Offerors Are Evaluated.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer (attachment 3).
discussions: The Government Intends To Award A Purchase Order Without Discussions With Respective Vendors. The Government However, Reserves The Right To Conduct Discussions/interchanges If Deemed In Its Best Interest. Communication Conducted To Resolve Minor Or Clerical Errors Will Not Constitute Interchanges And The Contracting Officer Reserves The Right To Award A Contract Without The Opportunity For Revision. The Government Reserves The Right To Hold Interchanges Using Interchange Notices (ins) If, During The Evaluation, It Is Determined To Be In The Best Interest Of The Government. Offeror Responses To Ins Will Be Considered In Making The Award Decision. The Government May Conduct Interchanges With One, Some, None, Or All Vendors At Its Discretion.
cost Of Proposals: Expenses Incurred In The Preparation Of Proposals In Response To This Rfp Are The Vendor’s Sole Responsibility And Not Reimbursable By The Government.
invoicing And Payment: Invoices Shall Be Submitted As A 2-in-1 Or Combo Invoice Via Wide Area Workflow (wawf) To A Wawf Acceptor That Will Be Identified In The Resulting Contract Per Dfars Clause 252.232-7006 Wide Area Work Flow. It Is The Contractor’s Responsibility To Register In The Wawf System In Order To Insure Prompt Payment. Once The Invoice Is Received In Wawf, The Acceptor Will Review And If Correct Accept It For Payment.
applicable Provisions And Clauses: The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. The Government Intends To Include The Following Far And Dfar Clauses And Provisions, Either By Reference Or In Full Text In The Resulting Award.
note: The Far And Dfars Clauses May Be Accessed In Full Text At Http://www.acquisition.gov/browse/index/far.
provisions By Reference:
52.203-11
certification And Disclosure Regarding Payments To Influence Certain Federal Transactions
sep 2007
52.204-7
system For Award Management
oct 2018
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.204-17
ownership And Control Of Offeror
aug 2020
52.204-20
predecessor Of Offeror
aug 2020
52.209-7
information Regarding Responsibility Matters
oct 2018
52.209-11
representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
feb 2016
52.212-1
instructions To Offerors – Commercial Items
dec 2021
52.212-3
offeror Representations And Certifications—commercial Items
dec 2021
52.217-5
evaluation Of Options
jul 1990
52.222-25
affirmative Action Compliance
apr 1984
52.223-22
public Disclosure Of Greenhouse Gas Emissions And Reduction Goals – Representation
dec 2016
52.225-25
prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran – Representation
jun 2020
252.203-7005
representation Relating To Compensation Of Former Dod Officials
nov 2011
252.204-7008
compliance Safeguarding Covered Defense Information Controls
oct 2016
252.204-7016
covered Defense Telecommunications Equipment Or Services- Representations
dec 2019
252.204-7017
prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation
may 2021
252.204-7019
notice Of Nist So 800-171 Dod Assessment Requirements
nov 2020
252.204-7024
notice On The Use Of The Supplier Performance Risk System
mar 2023
252.225-7974
representation Regarding Persons That Have Business Operations With The Maduro Regime (deviation 2020-o0005)
feb 2020
clauses By Reference:
52.203-6
restrictions On Subcontractor Sales To The Government
jun 2020
52.203-12
limitation On Payments To Influence Certain Federal Transactions
jun 2020
52.204-9
personal Identity Verification Of Contractor Personnel
jan 2011
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.204-19
incorporation By Reference Of Representation And Certifications
dec 2014
52.204-21
basic Safeguarding Of Covered Contractor Information Systems
nov 2021
52.209-2
prohibition On Contracting With Inverted Domestic Corporations
nov 2015
52.209-6
protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarrment
nov 2021
52.211-6
brand Name Or Equal
aug 1999
52.212-1
instructions To Offerors-commercial Products And Commercial Services
nov 2021
52.212-3 Alt I
offeror Representations And Certifications- Commercial Products And Services Alternative I
nov 2021
52.212-4
contract Terms And Conditions – Commercial Items
dec 2021
52.226-8
encouraging Contractor Policies To Ban Txt Messaging While Driving
may 2024
52.232-1
payments
apr 1984
52.232-39
unenforceability Of Unauthorized Obligations
jun 2013
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2021
52.233-3
protest After Award
aug 1996
52.233-4
applicable Law For Breach Of Contract Claim
oct 2004
52.244-6
subcontracts For Commercial Items
jan 2022
52.245-1
government Property
jan 2017
52.245-9
use And Charges
apr 2012
52.246-4
inspection Of Services – Fixed Price
aug 1996
52.247-34
f.o.b. Destination
nov 1991
52.249-2
termination For Convenience Of The Government (fixed Price)
apr 2012
52.252-2
clauses Incorporated By Reference
feb 1998
52.253-1
computer Generated Forms
jan 1991
252.201-7000
contracting Officer’s Representative
dec 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.203-7002
requirement To Inform Employees Of Whistleblower Rights
sep 2013
252.204-7002
payment For Contract Line Or Subline Items Not Separately Priced
apr 2020
252.204-7003
control Of Government Personnel Work Product
apr 1992
252.204-7004
dod Antiterrorism Awareness Training For Contractors
feb 2019
252.204-7012
safeguarding Of Unclassified Controlled Technical Information
dec 2019
252.204-7015
notice Of Authorized Disclosure Of Information To Litigation Support Contractors
may 2016
252.204-7018
prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
jan 2021
252.204-7020
nist Sp 800-171 Dod Assessment Requirements
nov 2020
252.211-7003
item Unique Identification And Valuation
mar 2016
252.211-7007
reporting Of Government Furnished Property
aug 2012
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7001
buy American And Balance Of Payments Program
dec 2017
252.225-7048
export-controlled Items
jun 2013
252.227-7015
technical Data—commercial Items
feb 2014
252.227-7037
validation Of Restrictive Markings On Technical Data
sep 2016
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
dec 2018
252.232-7006
wide Area Workflow Payment Instructions
dec 2018
252.232-7010
levies On Contract Payments
dec 2006
252.232-7017
accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration
apr 2020
252.244-7000
subcontracts For Commercial Items
jan 2021
252.246-7008
sources Of Electronic Parts
may 2018
252.247-7023
transportation Of Supplies By Sea – Basic
feb 2019
incorporated By Full Text: The Following Provisions And Clauses In Full Text Have Been Separately Attached:
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
dec 2021
52.204-25
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
dec 2021
52.204-26
covered Telecommunications Equipment Or Services – Representation
oct 2020
52.212-5
contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items
jan 2022
52.217-8
option To Extend Services
nov 1999
52.217-9
option To Extend The Term Of The Contract
mar 2000
52.252-1
solicitation Provisions Incorporated By Reference
feb 1998
52.252-2
clauses Incorporated By Reference
feb 1998
52.252-5
authorized Deviations In Provisions
nov 2020
52.252-6
authorized Deviation In Clauses
nov 2020
questions And Inquiries Concerning This Rfp: All Questions And Inquiries Concerning Any Aspect Of This Requirement Must Be Submitted In Writing To Amanda Taylor And Tiffany Crayle, Amanda.j.taylor80.civ@us.navy.mil; Tiffany.l.crayle.civ@us.navy.mil. Telephone Requests Will Not Be Honored. Deadline For Submittal Of Questions Is December 2, 2024 At 4:00 Pm Est. The Government’s Response To Inquiries Will Be Made In Writing. Any Resulting Additions, Deletions Or Changes To The Rfp Will Be Updated On This Sam.gov Posting.
please Note: A Proposal Does Not Constitute An Award; Therefore, An Obligation To Your Company Is Not Official Until You Receive An Awarded Contract.
attachments:
attachment 1: Statement Of Work
attachment 2: Contract Data Requirement List (cdrls)
attachment 3: Price Matrix
attachment 4: Clauses And Provisions Incorporated By Full Text
Closing Date9 Dec 2025
Tender AmountRefer Documents
DRUG ENFORCEMENT ADMINISTRATION USA Tender
Food Products
United States
Description: Request For Information
the United States Department Of Justice, /drug Enforcement Administration (dea) Requires Expertise And Services Of A Contractor For The Special Operations Division (sod) Employees To Provide Them With A Convenient Venue To Purchase Prepared, Packaged Food, Snacks, And Beverage Items For Personal Consumption During Normal Business Hours. Sod Is Requesting Two (2) Drink/ Food Coolers And A Small Packaged Food Stand, Along With The Purchasing Computer Terminal. The Applicable Naics Code Is 445132 - Vending Machine Operators; The Small Business Size Standard Is $21m. The Draft Statement Of Objectives (soo) With This Notice Are Subject To Change.
this Is A Request For Information (rfi). This Is Not A Request For Proposal (rfp) Or Request For Quote (rfq). This Notice In No Way Binds The Government To Solicit Or Award A Contract. No Solicitation Exists At This Time And Proposals Are Not Being Requested Or Accepted With This Notice. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Information Provided In This Notice Is Subject To Change And Is Not Binding On The Government.
responders Are Advised That The U.s. Government Will Not Pay Any Cost Incurred In Response To This Rfi And All Costs Associated With Responding Will Be Solely At The Interested Party's Expense.
this Rfi Is Being Used As A Market Research Tool For Informational Purposes And For Preliminary Planning Purposes To Identify Potential Sources That May Possess The Expertise, Capabilities, And/or Experience To Perform The Anticipated Requirements. Interested Vendors Should Respond And Affirmatively Indicate If Requirements Can Be Met As Specified On An All Or None Basis, Either Individually (by Vendor) Or Through Teaming With Other Vendors. Please Provide The Following Information:
1. Company Name; Mailing Address; Physical Address; Point Of Contact; Telephone Number; Fax Number; E-mail Address; Duns Number; Naics Code; Company Business Size (if Small, Indicate Type); And If Applicable: Gsa Federal Supply Schedule, Sin Number, And Gsa Contract Number.
2. A Tailored Capability Statement Between One And Ten (10) Pages That Addresses The Particulars Of The Soo And Capabilities Listed At The End Of The Soo, Attached.
3. All Interested Parties Must Be Registered In The Systems Award Management, Www.sam.gov.
prior Government Contract Work Is Not Required For Submitting A Response Under This Rfi. Responding To This Rfi Is Not A Prerequisite For Participation In Any Possible Future Competitive Procurement For Which A Business Is Eligible To Participate (if Any Is Issued), But Participation Will Assist The Government As To The Extent Of Companies Available For This Procurement. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Submitted. Respondents Will Not Be Notified Individually Of The Results Of The Government Assessments And Should Not Anticipate Feedback With Regard To Its Submission. No Proprietary, Classified, Confidential Or Sensitive Information Should Be Included In Your Response To This Rfi.
responses Will Not Be Returned. All Documentation Shall Become The Property Of The Government. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation.
the Government Reserves The Right To Determine The Method Of Acquisition And Issuance Of A Possible Solicitation Based On The Responses Received For This Notice. The Government's Evaluation Of The Responses Received Will Factor Into The Government's Determination Whether Any Forthcoming Solicitation Will Be Conducted As Unrestricted Or Sole Source Procurement.
after A Review Of The Responses Received, A Solicitation Will Be Issued. Responses To This Rfi Will Not Be Considered Adequate Responses In Any Resultant Solicitation.
interested Vendors Are Encouraged To Submit All Requested Information To Kenny Douangmala At Kenny.j.douangmala@dea.gov By December 6, 2024 At 10:00 Am Est With The Subject D-25-os-9999 In The Email. No Telephone Requests Will Be Accepted.
Closing Date6 Dec 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Details: The U.s. Army Corps Of Engineers (usace) Engineer Research And Development Center (erdc) Is Issuing This Announcement For Various Research And Development Topic Areas. The Erdc Consists Of The Coastal And Hydraulics Laboratory (chl), The Geotechnical And Structures Laboratory (gsl), The Environmental Laboratory (el) And The Information Technology Laboratory (itl) In Vicksburg, Mississippi, The Cold Regions Research And Engineering Laboratory (crrel) In Hanover, New Hampshire, The Construction Engineering Research Laboratory (cerl) In Champaign, Illinois, And The Geospatial Research Laboratory (grl) In Alexandria, Virginia. The Erdc Is Responsible For Conducting Research In The Broad Fields Of Hydraulics, Dredging, Coastal Engineering, Instrumentation, Oceanography, Remote Sensing, Geotechnical Engineering, Earthquake Engineering, Soil Effects, Vehicle Mobility, Self-contained Munitions, Military Engineering, Geophysics, Pavements, Protective Structures, Aquatic Plants, Water Quality, Dredged Material, Treatment Of Hazardous Waste, Wetlands, Physical/mechanical/ Chemical Properties Of Snow And Other Frozen Precipitation, Infrastructure And Environmental Issues For Installations, Computer Science, Telecommunications Management, Energy, Facilities Maintenance, Materials And Structures, Engineering Processes, Environmental Processes, Land And Heritage Conservation, And Ecological Processes.
this Announcement Is Continuously Open; Pre-proposals May Be Submitted And Will Be Reviewed At Any Time Throughout The Year. The Availability Of Funds May Limit The Ability Of The U.s. Government To Make Awards In Specific Areas, Nevertheless Pre-proposals Are Sought Under This Announcement For All Research Areas Identified.
for Additional Details On The Research Topic Areas And How To Submit Pre-proposals, Please Go To:
https://www.erdcwerx.org/u-s-army-engineer-research-and-development-center-broad-agency-announcement/
Closing Date1 Jan 2026
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary.
introduction:
the Naval Air Systems Command (navair), Program Executive Office (peo) Assault (a), Maritime Patrol And Reconnaissance Aircraft Program Office (pma-290) Is Seeking Information From Industry On The Capability Of Designing, Developing, Testing And Manufacturing A System To Augment The Current P-8a Multi-functional Data Acquisition Unit (mfdau) For The P-8a Platform. The Mfdau Captures And Records Raw P-8a Flight Data That Is Download Via Personal Computer Memory Card International Association (pcmcia) Cards. Pcmcia Cards Have Become Obsolete, So Navair Requires A System That Can Be Seamlessly Integrated Into The Mfdau That Provides An Alternate Route For Storing Flight Data For Ground Station Use. In Addition, The System Must Allow For Expanded Aircraft Data Recording Capability Via The Aeronautical Radio Incorporated (arinc) 429 And Mil-std-1553 Data Buses. The Requested Information Is To Assist The Government In Conducting Market Research To Determine Potential Business Sources That Have The Assets, Skills, Experience, Financial Stability, Qualifications, And Knowledge Required To Support The Above Request. Include A Statement Regarding Industrial Security Clearance. This Sources Sought Is Not, However, A Request For Inquiries Concerning Subcontracting Opportunities.
teledyne Is The Original Equipment Manufacturer (oem) Of The P-8a Mfdau System. The System Was Commercially Designed And Developed, So The Government Does Have Any Technical Data Rights For This System. Navair Plans To Procure One (1) System. Delivery Is Anticipated To Be Fy25.
submission Details:
interested Persons May Submit A Capability Statement Identifying Their Interest And Capability To Respond To The Requirement Or Submit Proposals. Only Capability Statements Received On Or Before 15 Calendar Days After The Posting Date Of This Notice Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Contract Action Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Capability Statements Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Capability Statements Submitted Should Be Pertinent And Specific In The Technical/management/business Area Under Consideration, On Each Of The Following Qualifications.
small/large Business Status: A Company Profile To Include Number Of Employees, Annual Revenue History, Office Location(s), Duns Number, Cage Code, And A Statement Regarding Current Small/large Business Status.
technical Data Documentation: Since Teledyne Is The Oem Of The Mfdau, And The Government Does Not Possess Sufficient Technical Data That A Contractor Would Require In Order For That Contractor To Fulfill The Planned Requirements, Each Interested Party (other Than Teledyne) Must Include Either (1) A Teaming Agreement (or Equivalent Document) Signed By Teledyne Indicating That Teledyne Agrees To Partner With Or Be A Subcontractor To The Interested Party For The Contemplated Procurement; Or (2) A Document (e.g., Purchase Order) Indicating The Interested Party’s Ability To Secure Authorized Access To The Necessary Technical Data From Teledyne.
execution: A Description Of The Approach For Delivering A Flight Ready System Within 30 Days After A Planned April 2025 Contract Award. If A Small Business, Provide A Description Of The Plan For Ensuring That The Small Business Performs At Least 50% Of The Work Itself In Terms Of Cost Of Performance.
experience: A Description Of Previous (awarded Within Last 3 Years) Or Current Relevant Contracts.
personnel: Name, Professional Qualifications And Specific Experience Of Key Personnel (e.g., Program Manager(s), Project Manager(s), Technical Lead(s), Etc.
facilities: Availability And Description Of Facilities And Equipment That Will Be Utilized To Meet Requirements.
security: A Description Of Facility And Personnel Security Regarding The Handling And Storage Of Classified Information And Hardware.
the Information Submitted Should Address Feasibility Of Performing The Following Task For Integration Of A System Into The Mfdau That Provides An Alternate Route For Storing Flight Data For Ground Station Use: Description Of The Contractor's Approach In The Design, Development, And Test Of Software And Ancillary Hardware Necessary To Support P-8a Mfdau Integration.
any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance Our Consideration And Evaluation Of The Capability Statement.
interested Parties Are Advised Against Submitting A Capability Statement That Merely Mimics Information In This Notice, Provides Brochure-like Information, Or Provides General Information. Responses To This Notice Are Not To Exceed 20 Pages In Length On 8.5 X 11-inch Paper With One Inch Margins And Font No Smaller Than 10 Point Times New Roman. The Government Requests That Respondents Deliver Responses Electronically Via E-mail In Microsoft Word Or Pdf Format With Proper Data Markings For Unclassified And Proprietary Information Not Later Than 15 Calendar Days After The Posting Date Of This Notice. Classified Material Shall Not Be Submitted. All Submissions Shall Include This Sources Sought Notice Reference Number, Company Name, Company Address, Cage Code, Duns Number, And A Point-of-contact Who Is Able To Discuss The Capability Statement Submitted. Point-of-contact Information Shall Include Name, Position, Phone Number, And Email Address. Acknowledgement Of Receipt Will Be Provided. All Information Submitted Will Be Adequately Safeguarded From Unauthorized Disclosure In Accordance With Far 15.207. All Submissions Must Be Clearly Marked With The Following Caption: For Official Use Only, Releasable To Government Agencies For Evaluation Purposes Only. Responses That Fail To Comply With The Above Instructions Or Present Ideas Not Pertinent To Subject, May Not Be Reviewed. All Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Information Submitted In Response To This Notice Is Submitted At No Cost To The Government And Will Not Be Returned. The Government Is Under No Obligation To Provide Responses Or Comments To Information Received From Interested Persons But May Request Additional Information Following Review. Note: If The Interested Person Is A Foreign Concern Or If A U.s. Interested Person Has A Team Member Or Partner Who Is A Foreign Entity, Adherence To All International Traffic And Arms Regulations (itar) Is Required.
this Capability Statement Package Shall Be Sent By E-mail To Amanda Ellerbe At Amanda.r.ellerbe.civ@us.navy.mil And Ronald Hickman At Ronald.a.hickman.civ@us.navy.mil.
Closing Date20 Nov 2025
Tender AmountRefer Documents
2481-2490 of 3226 active Tenders