Computer Tenders
Computer Tenders
DEPT OF THE ARMY USA Tender
Food Products
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil
subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date20 Nov 2025
Tender AmountRefer Documents
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.
DEPARTMENTAL OFFICES USA Tender
Other Consultancy Services...+2Finance And Insurance Sectors, Consultancy Services
United States
Closing Date1 Jun 2025
Tender AmountRefer Documents
Details: Revenue Policy / Administration / Customs Advisors Global Assignments scope Of Position: The U.s. Department Of The Treasury, Office Of Technical Assistance (ota) Is Recruiting Experienced Professionals For Its Revenue Policy And Revenue Administration Program (“revenue” Includes The Money Collected From Tax And Customs Compliance) On A Competitive Basis For Intermittent Assignments Under Personal Services Contracts. This Announcement Is For Global Technical Assistance Assignments. We Are Recruiting For Assignments In Africa, Asia, Europe, And South And Central America. We Thus Have Specific Interest In Specialists Willing To Accept Assignments Worldwide. Current Assignments Include, For Example, Ukraine, Moldova, Ecuador, Costa Rica, Georgia, North Macedonia, Namibia, And Maldives. Short-term Assignments Normally Consist Of A Series Of Trips Of Two To Three Weeks Each. In Addition To Intermittent Assignments, There May Be A Limited Number Of Resident Assignments, Which Place Advisors In A Host Country For One Year Or More. Applicants Must Be Willing To Accept Often Arduous International Travel. qualifications: Treasury Is Seeking Candidates Who Possess Expertise In Revenue Policy Or Revenue Administration, Including Customs Administration. revenue Administration Experts Should Have Strong Experience In Any Of The Following Areas Of Revenue Administration: Revenue Administration Law, Executive Management, Audit (including Computer Assisted Audit, International Tax, Transfer Pricing And Specialized Audit Experience), Dispute Resolution, Compliance Risk Management, Internal Audit / Inspections And Anticorruption Program Development, Collections, Returns And Payment Processing, Tax Form Design, Taxpayer Service And Education, Public Affairs And Media Relations, Human Resources, Training, Tax Fraud/criminal Investigations And It Systems. Treasury Is Seeing Increasing Demand For Technical Assistance In It Project Management And Implementing New Tax Systems, As Well As Developing Large Tax And Criminal Investigation Programs And Organizations. customs Administration Experts Should Have A Strong Expertise In The Following Areas: Us Customs And Border Protection Procedures And Regulatory Framework And Associated Documentary Requirements, Compliance Expertise (including Experience Implementing Internal Controls Or Risk Assessments), Customs Valuation, Harmonized Tariff Classification System, Trade Agreements, Post Clearance Audit, Border Operations And Border Control. revenue Policy Experts Should Possess Experience In Any Of The Following: Organizing Revenue Policy Analysis Organizations; Review, Analysis And Development Of Revenue And Tax Policy Proposals; Drafting And Review Of Revenue Laws And Regulations; Review And Analysis Of The Economic Impact Of Tax And Fiscal Policy Changes; And Application Of Statistical Modeling To Revenue Forecasting. certain Assignments Require Candidates To Have Significant Project Management Experience, Including The Ability To Prepare Project Work Plans, Statements Of Work And Manage Human Resources. In Addition To Technical Skills, We Are Looking For Individuals With Outstanding Communication Skills, Who Are Especially Effective At Assessing Client Needs And Then Providing Effective Oral And Written Guidance. Prior Foreign Technical Assistance Work And Knowledge Of A Foreign Language Are Highly Desirable, But Not Required. There Is A Special Interest Currently In Individuals With Both Technical Skills And Bilingual Fluency In English And French, Spanish, And Ukrainian. candidates Must Be U.s. Citizens. salary And Benefits: Salaries Will Be Negotiated In Accordance With Program Regulations Prescribed By The Office Of Technical Assistance Not To Exceed The Senior Executive Service Ex- Iii Hourly Equivalent. The Current Starting Hourly Rate Is From $78.56 To $97.70 Per Hour. background Checks And Security Clearance: Secret. the Advisor Will Work In Developing And Transitional Countries Worldwide To Support U.s. Treasury And U.s. Government Economic And National Security Objectives. The Advisor May Be Deployed To Countries With Elevated Threat Levels, Including Potentially High/critical Threat Posts, As Determined By The U.s. Government. successful Applicants Must Be Able To Obtain State Department Medical Clearance For Worldwide Travel. If Selected, The Applicant Will Be Required To Fulfill Office Of Government Ethics Financial Disclosure Requirements. how To Apply: Applicants Should Submit A Cover Letter And Resume By E-mail To: Recruitment@ota.treas.gov. For Consideration, Emailed Applications Should Not Be Sent, Or Contain A Cc, To Any Ota, Irs, Or Other Government Personnel Or Email Address. please Reference Solicitation 2032k825r0004 On Your Cover Letter And Resume. When E-mailing, The Subject Line Must Contain The Following: Solicitation 2032k825r00004 –revenue (policy/admin/customs) Advisors – Applicant’s Last Name, First Name. Emails Received Not Containing This Subject Line Will Be Deemed Non-responsive, And Thus Will Not Be Forwarded To The Program Office/selection Official(s) For Consideration. no Phone Calls Please And No Hand Carries. This Announcement Is Open And Continuous Until May 31, 2025, Although Selections May Be Made In Advance Of That Date. the U.s. Government Is An Equal Opportunity Employer.
National Institutes Of Health Tender
Others
United States
Closing Date30 Dec 2025
Tender AmountRefer Documents
Details: This Notice Is A Combined Synopsis/solicitation For Commercial Items Using Simplified Acquisition Procedures. This Acquisition Will Be Made In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items,” As Applicable, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation (a Written Solicitation Will Not Be Issued) And Quotes Are Being Requested. The Solicitation Number Is Rfq-niaid-25-2247584 And The Solicitation Is Issued As A Request For Quotes (rfq). this Acquisition Will Be Processed Under Far Part 13 Simplified Acquisition Procedures (sap). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, November 12, 2024. the North American Industry Classification System (naics) Code For This Procurement Is 811210, Electronic And Precision Equipment Repair And Maintenance, With A Small Business Size Standard Of $34 Million. The Requirement Is Being Competed Full And Open Competition, Un-restricted, And Without A Small Business Set-aside. the National Institute Of Allergy And Infectious Diseases (niaid) Has A Requirement For several Maintenance Agreements For The Thermo Electron Eclipse And Ultimate Lc System mass Spectrometer Is Crucial To Niaid’s Research Efforts. This High-tech System Is In High demand/high Usage And Is Critical In The Collection Of Complex Proteomic Data For Various projects. This System Is Being Utilized To Analyze High Value, Limit Samples, That Cannot Be replaced And If Compromised Through A Lack Of System Maintenance, Improper Maintenance, and/or Is Not Calibrated On A Routine Basis Would Have A Series Impact/delay On Critical Research efforts. Coverage Is Required For The Following Instruments Below With The corresponding Service Plans: orbitrap Eclipse Ptr Ready Serial# Fsn40256 unity Essential Support Plan-mspec-lc-ms field Service Engineer Labor, Travel, And Parts Required For Corrective Maintenance Visits with A Targeted Response Time Of 3 Business Days priority Status For Technical Support Inquiries With A Targeted Immediate Response Time. A certified Service Engineer Will Conduct Diagnosis And Corrective Maintenance Procedures using The Latest Digital Remote Support Tools one (1) Scheduled Annual Preventive Maintenance Visit (a Standard Oem Pm Kit Is included) instrument Requalification (rq) In Conjunction With A Scheduled Corrective Maintenance with A Purchase Of An Add-on Operational Qualification (oq) premium Subscription To Unity Lab Services Online Knowledge Base oem Parts, Accessories, And Consumables During The Effective Period Of The Contract computers That Were Purchased From Thermo Fisher Scientific And Required For The operation Of The Analytical System software And Firmware Updates Upon Request And In Conjunction With A Scheduled preventive Maintenance Or Corrective Maintenance Visit (updates Are Defined As Changes of The Existing Software Version That Are Intended To Improve Its Performance) training Classes Purchased During The Contract Validity Period faims Pro Serial# Faims-20572 standard Options Plan-lsms ultimate 3000 Ncs-3500rs Nano Nano-cap-s, Serial# 8111932 ultimate 3000 Wps 3000tfc Analytical Serial# 8116925 ultimate 3000 Vwd-3400rs, S/n 8118176 unty Essential Plan Chrom Lc Dnx Plan Includes: unlimited Number Of Demand On-site Service Visits With A Maximum 72-hour Response engineer Labor And Travel Is Included priority Status For Technical Support Inquiries one (1) Scheduled Preventative Maintenance Visit thermo Scientific Supplied Personal Computers Are Covered oem Factory-certified Replacement Parts Included subscription To E-support Online Technical Resources parts, Accessories Or Consumables For End User During Active Contract institute Based Or On-site Training For Chromatography, Mass Spectrometry Or Trace elemental Instruments. The Training Must Be Purchased During The Contract Validity Period software Updates And Notifications (updates Are Defined As Changes Of The Existing software Version That Are Intended To Improve Its Performance) Computers Purchased From Thermo Fisher Scientific And Required For The Operation Of The Analytical System. replacement Of Functional Computers In Order To Accommodate An Upgrade To A Newer version Of The Operating Systems Is Not Covered By The Support Plan quoting Instructions: •due To The Sensitive Nature Of The Projects, Services Provided Must Be Of Equal Service Provided Under A Direct Contract From The Manufacturer, Thermo Electron. •all 3rd Party Offerors Must Include Thermo Electron Certification Documentation As A Dealer /service Provider For Thermo Electron For Quotes To Be Considered. •all 3rd Party Offerors, If Providing A Quote For Services Provided Under A Billable Contract, Must Include Thermo Electron Certification Documentation Confirming A Billable Contract Service Is Of Equal Service As A Direct Contract, Including Priorty Response Time. payment Terms: Quarterly In Arrears. period Of Performance: March 19, 2025 - March 18, 2026. place Of Performance: Nih/niaid, 4 Memorial Drive, Bethesda, Md 20892. the Government Intends To Award A Firm Fixed Price Purchase Order To The Responsible Contractor As A Result Of This Rfq That Will Include The Terms And Conditions Set Forth Herein. The Award Will Be Based On The Following: Technical Capability To Meet The Requirements And Price. by Submitting A Quote In Response To This Solicitation, Vendor Is Accepting The Following Terms And Conditions: the Following Far Provisions Apply To This Acquisition: far 52.212-1 Instructions To Offerors Commercial Items (sep 2023) far 52.212-3 Offerors Representations And Certifications - Commercial Items (may 2024) far 52.204-7 System For Award Management (nov 2024) (offerors Must Complete Annual Representations And Certifications On-line At Http://www.sam.gov/ In Accordance With Far 52.212-3 Offerors Representations And Certifications- Commercial Items (please Ensure Far 52.209-2 -- Prohibition On Contracting With Inverted Domestic Corporations--representation. (nov 2015) Is Updated In Your Sam Record) far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements – Representation (jan 2017) far 52.204–26 Covered Telecommunications Equipment Or Services-representation (oct 2020) *** Must Complete Representation If Attached To This Solicitation- See Attachment 52.204-26 the Following Far Contract Clauses Apply To This Acquisition: far 52-212-4 Contract Terms And Conditions Commercial Items (nov 2023) far 52-212.5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (nov 2024) *the Applicable Subparagraphs Of Far52.212-5 Are Included In The Attachment To This Posting. far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) 52.252-2 -- Clauses Incorporated By Reference. (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://farsite.hill.af.mil/vffara.htm by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation (www.sam.gov). copies Of The Above-referenced Provisions And Clauses Are Available From Http://www.acquisition.gov/far/loadmainre.html & Http: //www.hhs.gov/regulation/index.html Or, Upon Request, Either By Telephone Or Fax. submission Shall Be Received Not Later Than December 30, 2024 @ 1:00 Pm Est all Quotations And Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov. All Vendors Must Register In The Esass System To Submit A Quotation. Instructions On How To Register / Submit Quotes Are Included On The Website. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). All Responsible Sources May Submit An Offer That Will Be Considered By This Agency.
by UGECAM ALSACE Tender
Other Consultancy Services...+1Consultancy Services
France
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: France – Portable Computers – Fourniture D'ordinateurs Et Accessoires Pour Les Besoins De La Direction Des Systemes D'information De L'ugecam Alsace - Annees 2025 Et 2026
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Closing Date1 Jan 2026
Tender AmountRefer Documents
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/
DRUG ENFORCEMENT ADMINISTRATION USA Tender
Food Products
United States
Closing Date6 Dec 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date9 Dec 2025
Tender AmountRefer Documents
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
3391-3400 of 4516 active Tenders