Computer Tenders
Computer Tenders
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Soon20 Feb 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1119. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is 6130 And The Naics Code Is 335312. The Small Business Standard Is 1,250.this Requirement Is Being Processed Utilizing 100% Small Business Set Aside. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: clin 0001: Armature Coil (qty 1 Set) In Accordance With Attachment 1 clin 0002: Data Requirement **note: Inspection For This Requirement Will Be Dcma Inspection At Source. Far 52.246-1 Applies. **this Requirement Includes Drawings. To Gain Access, Return A Signed Security Agreement And Your Company’s Approved Dd23455** note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 reporting Executive Compensation 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-6 notice Of Total Small Business Set-aside 52.219-28 post-award Small Business Program Representation 52.219-33 nonmanufacturer Rule 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c01 Superseded Part Numbered Items (sep 2016) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close20 February 2025. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At Stephen.1.smith@dla.mil. quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. *if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf. ******* End Of Combined Synopsis/solicitation ********
DEPT OF THE ARMY USA Tender
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought: Architect-engineer (ae) Services For Fy25 100% Design Of Building 500,offutt Air Force Base (afb), Nebraska (ne) sources Sought Notice # W9128f25sm024 purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. contract Information: The Government Is Procuring This Contract In Accordance With The Brooks Ae Act As Implemented In Far Subpart 36.6 And Will Select One Firm For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Services Will Consist Of The 100% Design Of B500 As Described Below And Optional Ae Construction Phased Services (cps). This Option May Extend Multiple Years And Will Be Dependent On Funding And Construction Sequencing Necessary To Complete The Designed Renovation. The Government Intends To Negotiate And Award One (1) Firm-fixed Price Contract To Meet These Requirements. the North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In The Annual Average Gross Receipts Over The Past Three (3) Years. Small Businesses Are Reminded Under Far 52.219-14(c) (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. additionally, In Accordance With Far Part 22.1303, All Firms Must Complete Their Vets-4212 Report. Information Can Be Found At The Department Of Labor Website Https://www.dol.gov/agencies/vets/programs/vets4212 Or Call The Service Center At 1-866-237-0275; You Will Be Asked To Provide Your Company Name, Employer Identification Number (ein), And Duns Number. to Be Eligible For Contract Award, The Contractor Must Register In The System For Award Management (sam). Registration Is Free And Contractors Can Access The Site At Http://www.sam.gov. Ensure Representations And Certifications In Sam Are Current. project Description: This Project Will Be For The 100% Design Of The Renovation For B500 Which Is Located On Offutt Afb, Ne. B500 Is A 652,000 Square Feet Building Which Includes Multiple Underground Levels And Three Above Ground Floors. A 35% Concept Design Is Being Completed Under A Separate Task Order. This Project Will Include The Completion Of That Design And Options For Construction Phase Services. The Building And Its Infrastructure Have Aged Over Its 75-year Life Span. While Multiple Iterations Of Technology And Interior Upgrades Have Taken Place, The Facility Has Never Undergone The Kind Of Whole-sale Refurbishment Planned In This Contract. The Building Provides Both Secure And Unsecure Space For Various Dod Tenants, Some Completely Unassociated With Others. Phasing Plans For The Construction Will Likely Be A Major Consideration During Design And May Require Temporary Swing Space To Include Temporary Secure Swing Space. Natural Daylight And Other Modern Architectural And Interior Design Considerations Were Not Included In The Buildings Original Construction But Will Be Desired As Part Of This Project. Significant Floor-plan Changes Are Required To Address Dod Tenant Requirements. Modernization Includes Any And All Mechanical, Electrical, Plumbing, And Build Controls Systems Typically Employed In A Modern, Secure Dod Administrative Facility. In Addition To Housing A Variety Of Tenants, The Building Will Also Include A Permanent, Purpose Made Command Section For A Usaf Wing Level Command Suite And Associated Functions. The Project May Include Partial Demolition Of The Facility For What May Be Considered Surplus Square Footage. Creative Use Of Existing Open Air Courtyards In The Interior Of The Building Are Encouraged, Including In-fill, Where Appropriate, To Address Challenges To The Existing Constraints Of Structure, Floorplan, And Other Building Features. An Existing Conditions Building Plan Is Required And Will Be Used For The Completion Of The Design. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. estimated Project Solicitation Issue Date: May/june 2025 background: Currently, A Planning Charrette Report (pcr) And 35% Concept Design Is Being Finalized. estimated Design Completion: Fourteen (14) Months From Award. optional Ae Cps May Be Exercised With Each Phase Of Construction Or Follow-on Contracts For A Period Of 3 To 5 Years. Construction Phased Services, When Required, May Include: Participation In On-site Partnering/pre-construction Meetings; Review Of Construction Contractor's Submittals For Government Approval And For Information Only; Participation In Site Visits And Provide Inspection Reports At Critical Points Of Construction; Participation In Start-up And Commissioning Of The Systems; Attendance At Warranty Inspections; Participation In Lessons-learned Sessions; And Preparation Of Operations And Maintenance Support Information Manuals. the Government Requires That Firms Use Construction Cost Estimating For All Design Projects Using The Micro-computer Aided Cost Estimating System 2nd Generation, Mii Software. The Government Requires That Contractors Develop And Edit All Specifications Are Using The Specsintact Automated Specification Processing System. Firms Should Demonstrate Experience With Using And Writing Project Specifications In The Specsintact Processing System. the Ae Shall Use Advanced Modeling Practices In Conjunction With An Integrated Design Approach To Complete The Project Design. Advanced Modeling Is A Subset Of Geospatial Technologies As Defined Em-1110-1-2909 Geospatial Data And Systems To Include Building Information Modeling (bim), Civil Information Modeling (cim), Geographic Information Systems (gis), And Computer-aided Drafting (cad). the Ae Shall Have A Robust Knowledge Of Advanced Modeling Strategies, Standards, And Practices And Shall Be Capable Of Delivering Designs Using A Variety Of Tools And Technologies To Meet The Requirement. sustainable Design Shall Be Accomplished Using An Integrated Design Approach And Emphasizing Environmental Stewardship; Energy And Water Conservation And Efficiency; Use Of Alternative Energy, Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Health, Safe And Productive Work Environments. The Government Requires The Integration of Federal And Agency Energy And Sustainability Mandates On All Building Facilities. Design And Documentation Shall Utilize United States Green Building Council (usbgc), Leadership In Environmental And Energy Design Ae Evaluation, Green Building Certification Institute, And Green Globes Web-based Certification Methodology. Building Envelope Design Will Require Knowledge With Tested Air Barrier Construction. The Government May Require The Ae To Perform And/or Evaluate Sustainability And Energy Audits. the Government Requires That Prime/joint Ventures Identify First-tier Subcontractors. the Government Also Requires Integration Of Current Antiterrorism And Force Protection (at/fp) Measures On All Military Projects. the Government Requires The Ae To Use The Dr Checks Design Review And Checking System. capabilities And Submission Requirements: All Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 541330 Are Encouraged To Reply To This Request. Firms Should Submit A Capabilities Statement Package No More Than Four (4) 8.5” X 11” Size Electronic Pages With 1-inch Margins And Using A Minimum Of 10-point Times New Roman Font. Responses Should Demonstrate The Ability To Provide Services Listed In The Project Description. No Phone Or Email Solicitations With Regards To The Status Of The Solicitation Will Be Accepted Prior To Its Release. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): confirmation Your Company Currently Registered In System For Award Management (sam). confirm Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation. tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above please Respond To All Information Requested In This Notice Not Later Than 2:00 Pm Central Standard Time (cst) On 28 February 2025. Please Include The Sources Sought Notice Identification Number W9128f25sm024 In The Subject Line Of The Email Submission With Attention To: Brandon Landis; Brandon.p.landis@usace.army.mil. all Data In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. comments: Provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted.
Dubai Municipality Tender
United Arab Emirates
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Details: 1: Osp: Mctn-m-20667 (j/c# Ins-25-856841) Gear Not Shifting & Noisy -technical Inspection & Diagnosias With Computer - 1 Ea
North East Frontier Railway - NFR Tender
GEM
India
Closing Date6 Mar 2025
Tender AmountRefer Documents
Description: CATEGORY: Speaker Blutooth 15 Watt for Daily Meeting , Resolution
Maximum Each Camera Full HD 1920 X 1080 Pixel WEBCAM
for Daily Meeting Make- Logitech or Similar , Personal
Desktop Computer With Window 10 or 11 Original Detailed
Description as per item 3 of the attached specification
Document , Wireless Mouse , USB Pendrive 32GB , Pendrive
128 GB , Printer Cartridge Cyan Yellow and Magenta GI 790
, UTS CAT6 Cable Length 305 Mtrs Box Make or Model CAT-6
D - Link or Similar , Black Printer Catridge GI 790 , Standard
Keyboard and Optical Movement Detection Technology
Mouse Brand -DELL or HP , Canon NPG 51 Toner Cartridge
For Image Runner 2525W , HP 88A Toner Cartridge , HP
137A W1370A Black Toner Cartridge For HP MFP M232 M237
Devices
241-250 of 5061 active Tenders