Computer Tenders
Computer Tenders
DEFENSE THREAT REDUCTION AGENCY DTRA USA Tender
Software and IT Solutions
United States
Details: ******************************************
this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)”. This 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 Costs Incurred By Interested Companies In Response To This Annoucment Will Not Be Reimbursed. Any Information Submitted By Respondents To This Annoucment Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Informmation Pertaining To This Requirement.
objective:
the Defense Threat Reduction Agency (dtra) Is Searching For Potential Sources With The Capability To Perform The Requirements Set Forth In The Attached Draft Specifications Sheet, Entitled “defense Nuclear Weapons School (dnws) Student Information System (sis).”
the Draft Specifications Sheet Document Is Attached With This Announcement As Attachment 01.
requested Information And Response Format:
dtra Requests That Potential Sources With The Capability To Fulfill The Specifications Sheet Requirements To Submit A Response Containing The Information Listed.
name Of Company And Point Of Contact (poc)
telephone Number, Address, And E-mail Address Of Poc.
company Cage Code And Duns Number
company's Business Size Classification For Naics Code 541519 – Other Computer Related Service. The Small Business Size Determination For Naics Code 541519 Is $34.0m.
capabilities Statement And Relevant Company And Personnel Experience To Support Requirements Listed In The Draft Specifications Sheet.
feedback On The Most Suitable Contract Type For The Requirement.
listing Of Current/past Contracts Supporting Requirements Of Similar Scope And Complexity.
listing Of Single Award Or Multiple Award Idiq Contract(s) Held By Your Company, If Any.
respondents Should Limit Its Response To No More Than 10 Pages. Please Email Your Response To Erika Hebert, Contract Specialist, At Erika.l.hebert2.civ@mail.mil. Please Include “sources Sought # Hdtra125r0061” In The Email Subject Line. All Questions Regarding This Announcement Must Be Submitted In Writing Via Email To The Designated Poc For This Announcement.
*******************************************************
Closing Date21 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Software and IT Solutions
United States
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service:
1.naics Code: 541519 – Other Computer Related Services
A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale.
2.description: To Provide Software Maintenance For D3-mmp Equipment (barcode & Pharmacy Medical Label Printer) For The Pharmacy Department Of The Albuquerque Indian Health Center Located At 801 Vassar Drive Ne, Albuquerque, Nm 87106.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
responses To This Notice Should Include The Following:
1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov.
2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb).
3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data.
4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company.
please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 17th, 2025 At 5:30 Pm Mst.
automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
Closing Date18 Jan 2025
Tender AmountRefer Documents
Municipality Of Albuera, Leyte Tender
Others
Philippines
Details: Description Lgu-albuera, Leyte Project Reference No. : Pr No. 2025-01-008 Name Of The Project : Computer Software Location Of The Project: Mao Standard Form Number: Sf-good-60 Date : January 13, 2025 Revised On : May 24, 2004 Quotation No.: 2025-01-006 Standard Form Title : Request For Quotation Philgeps No. : Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery & Submit Your Quotation Duly Signed By Your Representative Not Later Than January 19, 2025 In Sealed Envelope. Frederick M. Cuesta Procurement Officer Note: 1. The Approved Budget For The Contract (abc) Is Php 80,000.00 2. Quoted Price Are Inclusive Of All Costs, Applicable Taxes And Standard Product Warranty. 3. Bidders Shall Specify Brand & Model And Submit Original Brochures Showing Certifications Of The Product Being Offered. 4. Price Validity Shall Be For A Period Of Six (6) Months. 5. Delivery Period Is Within Ten (10) Calendar Days From Receipt Of The Of Purchase Order. 6. If Awarded The Contract, Processing And Payment Shall Be Made After Complete Delivery Of Goods And Services And Final Acceptance. 7. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Republic Act 9184. 8. The Procuring Entity May Terminate The Contract Upon Prior Notice, In Whole Or In Part, At Anytime For Unsatisfactory Service. Unsatisfactory Service. Documentary Requirement: 1. Valid & Current Business Permit 2. Income/businesstax Return 3. Philgeps Registration No. 4. Omnibus Sworn Statement Item Item And Description Qty. Unit Unit Total No. Price Price 1 Government Payroll System 1 Lot 2 Document Archiving System 1 Lot 3 Jev Recording System For Lgu 1 Lot 4 Jev Recording System For Barangay 1 Lot After Having Carefuly Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Signature Over Printed Name Of Representative: Name Of Company : Business Address : Tel. No./ Cellphone No./e-mail Address : Date : Date Of Publication (philgeps): Closing Date :
Closing Date24 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)
MUNICIPALITY OF SILAGO, Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Silago Request For Quotation (rfq) ______________________________________ Date _____________________________________________ _____________________________________________ _____________________________________________ Sir/madam: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following: Procurement Terms & Conditions 1. The Approve Budget For The Contract (abc) Is Eighty-five Thousand One Hundred Sixty-eight Pesos (p85,168.00). 2. Price Quotation Should Be Inclusive Of Vat. 3. Evaluation Of Of Bids Will Be Conducted On A "per Lot" Basis. 4. Delivery Period Is On January 31, 2025 At Silago, Southern Leyte 5. If Awarded The Contract, Processing And Payment Shall Be Made Within One(1) Working Day After Complete Delivery Of Items. 6. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxii Of The Revised Irr Of Ra 9184. 7. Failure Of The Supplier To Deliver Goods And Services Under The Contract Within The Specified Delivery Schedule Shall Be Liable For Damages For The Delay Pursuant To Sec. 3 Of Annex D Of Handbook On Philippine Government Procurement, 6th Edition. 8. This Rfq Shall Be Submitted Sealed To The Above Address Not Later Than January 27, 2025 At 9:00 Am. Mary Cris D. Oracion Bernardo O. Saturinas Canvasser Bac Chairman Lot Qty Unit Description/particulars Unit Price Total Amount Purpose: Procurement Of Office Equipment For The Mayor's Office 1 1 Set Desktop Computer Intel Core I5/8gb Ram/500gb Ssd/win 11/ Ms Office, Mouse, & Keyboard 1 Pc Desktop Multi-functional Printer For Wireless Printing, Duplex Printing, And Scanning With Auto Document Feeder 1 Pc A4 Wi-fi All In One Ink Tank Printer (wi-fi & Wi-fi Direct) Print, Scan, Copy 5 Pcs Uninterruptible Power Supply (ups) 3 Pcs Wireless Wi-fi Adapter For Pc 2 Pcs Usb 2.0 A Male To B Male 480mbps Printable Cable 1 Pc Wireless Office Keyboard And Mouse Combo Bluetooth Universal For Pc Desktop Total Signature Over Printed Name Of Authorized Representative: Position In Firm: Business Address: Philgeps Registration No.: Telephone Number: Date:
Closing Date27 Jan 2025
Tender AmountPHP 85.1 K (USD 1.4 K)
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: W912hn25-b-3003 Pn 99836- Automated Record Fire Plus Range (arf+), Fort Liberty, Nc
this Is A Sources Sought Notice Only.
this Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. If A Solicitation Is Issued, It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. The Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources To Construct A Standard Design Automated Record Fire Plus Range (arf+). Primary Facilities Include A 16-lane Arf+, Small Arms Range Operations Control Area (roca), Control Tower, Range Classroom Building, Operations/storage Building, Covered Bleacher, Latrine Pads, Covered Mess, Ammunition Breakdown Building, And Building Information Systems. Post Construction Award Services (pcas) Are Included In This Project. Supporting Facilities Include Electric Service, Site Improvements, And Information Systems.
the Arf+ Is Required For Training And Day/night Qualification Requirements With Rifles And Carbines, And Specifically The Next Generation Squad Weapon (ngsw) Which Has A Much Greater Range And Lethality. This Range Is Used To Train And Test Soldiers On The Skills Necessary To Identify, Engage, And Hit Infantry Targets. All Targets Are Fully Automated, And The Event Specific Scenario Is Computer Driven And Scored From The Range Control Tower.
this Notice Of Intent Is Not A Request For Competitive Proposals. Interested Parties, However, May Identify Their Interest And Capability By Responding To The Sources Sought Notice. Please Provide The Following Specific Information In Your Capability Statement: Experience With Range Construction Projects( Including Magnitude/dollar Value Of The Construction), And Bonding Capacity. The Government Will Consider All Information Received Prior To The Closing Date Of This Sources Sought. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Responses Shall Be Made In Writing By E-mail To The Attention Of Tatjana.m.fisher@usace.army.mil Or David.j.lione@usace.army.mil
Closing Date31 Jan 2025
Tender AmountRefer Documents
Caraga State University Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description This Is A 1 Lot Procurement | Total: 222,605.00 Stock No. Item Description Quantity Unit Total Cost 1. External Hard Drive | 12 | Piece | 52,800.00 *capacity: 2tb. *type: Ssd Lightweight. *usb 3.0." 2. Hdmi Cable | 22 | Piece | 11,000.00 *1.5 Meters. *resolution: 8k/60hz. *total Bandwidth:48gbps *connector. *gender: Male-to-male. *wire Core:tinned Copper. *shielding: Aluminum Foil +braid. *shell: Pvc+nylon Braid. *material: Pvc *wire Gauge 30awg. *hdmi. *certification: Yes." 3. Hdmi Cable | 1 | Piece | 2,500.00 *5 Meters. *resolution: 8k/60hz *total Bandwidth: 48gbps. *connector Gender: Male-to-male. *wire Core: Tinned Copper. *shielding: Aluminum Foil + Braid. *shell: Pvc +nylon Braid. *material: Pvc *wire Gauge 30awg. *hdmi. *certification: Yes." 4. Keyboard | 33 | Piece | 23,100.00 *wired, Usb Type Usb 3.0. *compatible With Desktop And Laptop." 5. Mouse Pad | 17 | Piece | 4,080.00 *with Wrist Rest." 6. Solid State Drive (ssd) | 10 | Piece | 15,000.00 *capacity: 250gb 2.5 Sata." 7. Solid State Drive (ssd) | 34 | Piece | 68,000.00 *capacity: 512gb 2.5 Sata, Transfer Rate Up To 500mbps, Read Rate Up To 500mbps. *for Desktop Computer." 8. Utp Cable | 5 | Box | 38,125.00 *cat-5e, Indoor Type (unshield). *300 Meters Per Box." 9. Webcam | 4 | Piece | 8,000.00 *1080p, Usb Plug And Play." Note: Delivery Period: Within Thirty (30) Calendar Days Upon Receipt Of P.o Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number Please Indicate Item Offer With Brand/s And Model/s Of The Specific Item
Closing Date3 Feb 2025
Tender AmountPHP 222.6 K (USD 3.8 K)
DEFENSE LOGISTICS AGENCY USA Tender
Energy, Oil and Gas
United States
Details: Hello Vendor,
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulations (far), As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued.
this Solicitation, Spe605-25-q-0254, Is Issued As A Request For Quotation (rfq) For Commercial Items Using The Simplified Acquisition Procedures (sap) In Accordance With Far Parts 12 And 13. The Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract. This Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated 17 January 2025. Dpas Rating For Potential Award Is Do. The Clauses And Provisions Referenced In This Solicitation May Be Reviewed/obtained In Full Text Form At:
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/
scope Of Contract:
dla Energy Has Received A One-time Buy (otb) Request For Delivery Of 6,500 Gallons Of Diesel Fuel (ds2) Nsn 9140-01-524-0139. Request Fuel Delivery To New Tank(s), Which Is Located On North West Field Na 99999, By Tank Truck With Pump. Required Delivery Date Is From February 4th – 28th, 2025. Please Provide Your Quotes To This Office By 10am Ft. Belvoir Time, January 28th, 2025. Let Me Know If You Have Any Questions.
this Is 100% Set-aside For Small Business Under Naics 324110
request For Quote:
location: North West Field Na 99999
line Item: 0001
product: Deisel Fuel (ds2)
product Code: 9140-01-524-0139
quantity: 6,500 Usg
mode: Tank Truck W/pump
delivery Hours: Mon-sun 0700-1900
delivery Notes: Gps: 13"36 '43.3"n 144" 51' 03.3"e
listed Are All The Generators And Locxatons For The Event, We Are Only Requesting 2160 Gallons Of Fuel
for The Initial Delivery Andwill Increases The Order As The Toehr Gen Sets Come On The Island.
product 2 Is A Continuation Of Product 1. During Times Of Emergencies Or Disasters Follow The Guidance
of Anderson Air Force Base On Fuel Delivery.
delivery Will Require A Minimum Hose Length Of 15ft 7 Generators With The 780 Capacity Will Use The
scully Fill Connector See Attached
the Remainder Has A Standard 2" Fill Port Standard Hand Held Pump
delivery Will Require A Minimum Hose Length Of 15ft To Fill 7 Generators As Required With The Capacity Of 800gal. This Will Require A Metal Cam And Groove 2" Female Threaded Scully Coupler To Connect To The Male Coupler. The Remaining Generators Will Have The Standard 2" Fill Port With Standard Hand Held Pump. Please Provide The Vendor Contact Information To The On Ground Pocs. Poc Will Call Forward As Needed. Please Include Sulfur Content And Cetane Levels On Receipt. Contact The Poc For Any Additional Delivery Requirements.
projected Delivery Dates:
4 Feb812gal
7 Feb812gal
11 Feb812gal
14 Feb812gal
18 Feb813gal
21 Feb813gal
25 Feb813gal
28feb813gal
see The Attached Delivery Narrative For Additional Information.
please Include All Applicable Taxes And Fees In Your Quote. The Government Will Not Assume Any Responsibility Above The 10% Variance Authorized By The Contract. Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract.
this Request Is Considered Urgent & Compelling. Dla Energy May Require A Vendor To Sign The Sf1449 Prior To Being Offered This Delivery. This Would Be Sent By Email And Have A Response Window Of As Little As Two (2) Hours. Upon Request, The Vendor Must Return The Signed Sf1449 By The Deadline Specified. If This Is Not Returned By The Specified Deadline, Dla Energy Reserves The Right To Offer This Delivery To A Different Vendor.
please Provide Your Quotation To The Attention Of Both Brian Hobbs At
brian.hobbs@dla.mil And Candy Cross At Candy.cross@dla.mil No Later Than 10:00 Am (ft. Belvoir Time) On Tuesday, January 28th, 2025. Please Include Your Cage Code, Point Of Contact And Name With Your Submittal.
far 52.204–27 Prohibition On A Bytedance Covered Application (june 2023)
(a) Definitions.
as Used In This Clause—
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)—
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use—
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117–328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M–23–13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M–23–13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause)
dlad 4.703policy.
c03 Contractor Retention Of Supply Chain Traceability Documentation (jun 2020)
(1) By Submitting A Quotation Or Offer, The Contractor, If It Is Not The Manufacturer Of The Item, Is Confirming It Currently Has, Or Will Obtain Before Delivery, And Shall Retain Documented Evidence (supply Chain Traceability Documentation), As Described In Paragraph (2) Of This Procurement Note, Demonstrating The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements.
(2) At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source’s Commercial And Government Entity (cage) Code, And Clear Identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, If Available, The Manufacturer's Batch Identification For The Item(s), Such As Date Codes, Lot Codes, Or Serial Numbers.
(3) Contractors Can Find Examples Of Acceptable Supply Chain Traceability Documentation At Thecounterfeit Detection And Avoidance Program (cdap) Website (http://www.dla.mil/landandmaritime/business/selling/counterfeit-detection-avoidance-program/ ).
(4) The Contractor Shall Immediately Make Documentation Available To The Contracting Officer Upon Request. The Contracting Officer Determines The Acceptability And Sufficiency Of Documentation. The Contractor Shall Retain Supply Chain Traceability Documentation For Six Years After Final Payment Under This Contract For Audit And Other Valid Government Purposes. If The Contractor Fails To Retain Or Provide The Documentation, Or The Contracting Officer Finds The Documentation To Be Unacceptable, The Contracting Officer May Take Corrective Action, Including, But Not Limited To, Cancellation Of Undelivered Orders Or Rejection Of Delivered Supplies.
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
requirement To Inform Employees Of Whistleblower Rights (dec 2022)
(a) The Contractor Shall Inform Its Employees In Writing, In The Predominant Native Language Of The Workforce, Of Contractor Employee Whistleblower Rights And Protections Under 10 U.s.c. 4701, As Described In Subpart 203.9 Of The Defense Federal Acquisition Regulation Supplement.
(b) The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (b), In All Subcontracts.
dfars 252.204-7024notice On The Use Of The Supplier Performance Risk System.
notice On The Use Of The Supplier Performance Risk System (mar 2023)
(a)definitions.as Used In This Provision—
“item Risk” Means The Probability That A Product, Based On Intended Use, Will Introduce Performance Risk Resulting In Safety Issues, Mission Degradation, Or Monetary Loss.
“price Risk” Means A Measure Of Whether A Proposed Price For A Product Or Service Is Consistent With Historical Prices Paid For That Item Or Service.
“supplier Risk” Means The Probability That An Award May Subject The Procurement To The Risk Of Unsuccessful Performance Or To Supply Chain Risk (see Defense Federal Acquisition Regulation Supplement239.7301).
(b)the Supplier Performance Risk System (sprs), Available Athttps://piee.eb.mil/, Will Be Used In The Evaluation Of The Quoter Or Offeror’s Performance. Sprs Retrieves Item, Price, Quality, Delivery, And Contractor Information On Contracts From Government Reporting Systems In Order To Develop Risk Assessments.
(c)the Contracting Officer Will Consider Sprs Risk Assessments During The Evaluation Of Quotations Or Offers Received In Response To This Solicitation As Follows:
(1)item Risk Will Be Considered To Determine Whether The Procurement Represents A High Performance Risk To The Government.
(2)price Risk Will Be Considered In Determining If A Proposed Price Is Consistent With Historical Prices Paid For A Product Or A Service Or Otherwise Creates A Risk To The Government.
(3)supplier Risk, Including But Not Limited To Quality And Delivery, Will Be Considered To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk.
(d)sprs Risk Assessments Are Generated Daily. Quoters Or Offerors Are Able To Access Their Risk Assessments By Following The Access Instructions In The Sprs User's Guide Available Athttps://www.sprs.csd.disa.mil/reference.htm. Quoters And Offerors Are Granted Access To Sprs For Their Own Risk Assessment Classifications Only. Sprs Reporting Procedures And Risk Assessment Methodology Are Detailed In The Sprs User's Guide. The Method To Challenge A Rating Generated By Sprs Is Also Provided In The User's Guide. Sprs Evaluation Criteria Are Available Athttps://www.sprs.csd.disa.mil/pdf/sprs_dataevaluationcriteria.pdf.
(e)the Contracting Officer May Consider Any Other Available And Relevant Information When Evaluating A Quotation Or An Offer.
(end Of Provision)
this Contract Includes Far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) And Supplement Far Provision 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021), And Dfars Provision 252.204-7016, Covered Defense Telecommunications Equipment Or Services—representation (dec 2019), And Dfars Provision 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation (may 2021) As Follows:
- The Contractor Represents And Agrees To The Following Conditions By Performance Against This Contract, Including Performance Of A Task Or Delivery Order That It:
(1) Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument In Accordance With Far 52.204-24(d)(1));
(2) Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Accordance With Far 52.204-24(d)(2); And
(3) Does Not Provide Covered Defense Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Accordance With Dfars 252.204-7016(c).
[these Representations Replace The Manual Block Checks In Far 52.204-24(d)(1) ([ ] Will Not) And (d)(2) ([ ] Does Not) And Dfars 252.204-7016(c) ([ ] Does Not).]
if The Contractor Determines That Any Of These Representations Are No Longer Accurate Or Is Not Accurate With Respect To A Particular Task Or Delivery Order, It Shall Immediately Notify The Contracting Officer In Writing.
dfars 252.239-7098 Prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation.
include The Following Provision In All Solicitations, Including Solicitations For The Acquisition Of Commercial Items Under Far Part 12, That Will Use Funds Made Available By The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions As Contained In Section 8116, Division C, Title Viii, Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260).
prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation (deviation 2021-o0003) (april 2021)
(a) In Accordance With Section 8116 Of Division C Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions, None Of The Funds Appropriated (or Otherwise Made Available) By This Or Any Other Act For Dod May Be Used To Enter Into A Contract To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites. This Prohibition Does Not Limit The Use Of Funds Necessary For Any Federal, State, Tribal, Or Local Law Enforcement Agency Or Any Other Entity Carrying Out Criminal Investigations, Prosecution, Or Adjudication Activities, Or For Any Activity Necessary For The National Defense, Including Intelligence Activities.
(b) Representation. By Submission Of Its Offer, The Offeror Represents That It Is Not Providing As Part Of Its Offer A Proposal To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites.
(end Of Provision)
Closing Date28 Jan 2025
Tender AmountUSD 27.3 K
This is an estimated amount, exact amount may vary.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Scope Of Work Includes Removal And Disposal Of Existing Carpeting Throughout The Visitor Center & Project Office (approximately 4900 Sq Ft). Contractor To Repair Any Cracks, Pits, And Prepare Existing Subfloor Surfaces. Contractor To Install Specified Floor Coverings To Specified Areas Herein, Please See Section 4 For Floor Covering Specifications. All Provided Measurements Are Approximate And The Contractor Will Be Responsible For Obtaining Measurements During The Site Visit. The Contractor’s Work And Responsibility Will Include All Planning, Programing, Administration, Management, Supervision, Communications, And Inspection Necessary To Assure That All Work Is Conducted In Accordance With The Contract Requirements And All Applicable Federal, State, And Local Laws And Regulations. Due To The Nature Of The Office Setting, Flooring Removal And Installation Will Be Coordinated With The Park Manager To Minimize The Disruption Of The Office Staff. The Contractor Will Be Responsible For Moving Office Furniture And Equipment To Facilitate The Flooring Installation. Computers, Printers, Phones, And Other Technology Equipment Will Be The Responsibility Of The Usace Employees To Move. All Work Will Be Performed In Strict Compliance With The Attached Specifications And All Other Terms And Conditions Incorporated Herein. Please See Exhibit A For Visitor Center & Project Office Building Plan.
* Amendment 1 Posted On 1-13-2025. Amendment Must Be Acknowledged.
Closing Date15 Jan 2025
Tender AmountRefer Documents
Caraga State University Tender
Furnitures and Fixtures
Philippines
Details: Description 1 Lot Procurement | Total: 349,450.00 Stock No. | Item Description | Quantity | Unit | Total Cost 1. Cabinet 4 Unit 24,000.00 *type Of Cabinet: Office Cabinet ( Mobile Pedestal). *dimension (wxdxh): 40 X 42 X 61.5cm. *color: White. *materials: 16 Mm Thick Melamine Laminated On E1 Grade Particle Board With 25 Mm Thick Top Panel. 38 Mm Diameter Recycled Nylon Wheel Caster. *drawer With Central Locking System. Ï¿½4 Wheel Caster 2 With Lock & 2 Without. *assembly Required: Yes. *please See Attached Design. 2. Cabinet 6 Unit 90,000.00 Dimension Approx: W 90 Cm X D40 Cm X H 185 Cm 3. Chair 1 Piece 13,350.00 *type Of Chair: Executive Leather Office Chair,155 ° Reclining Ergonomic Computer *chair With Lumbar Support Headrest Footrest ,big And Wide High Back Swivel *ergonomically Designed For Natural Posture Support. *includes Lumbar Pillow, Headrest, And Hidden Footrest. *made From Durable, Breathable Technology Leather. *155â° Reclining Angle For Relaxation And Work Versatility. *thick Foam And S-spring Seating For Extended Comfort. *perfect For Offices, Home Offices, And Study Areas. 4. Chair 28 Pieces 177,100.00 *type Of Chair: Executive Swivel Chair With Arm Rest. *back: Made Of Leather. *legs: Made Of Stainless. *wheels: Made Of Plastic. *high Back Rest, Adjustable Height With Headrest And 2 Arm Rest (left And Right). 5. Table 3 Units 54,000.00 *type Of Table: Executive Table. *dimension (lxdxh): 4 X 2 X 2.5ft. *6 Drawers With Lock And Keys. *left Side: 2 Drawers *center: 1 Main Drawer. *right Side: 3 Drawers. *color: Dark Brown/black. Unit: Unit, Quantity: 3" Note: Delivery Period: Within Thirty (30) Calendar Days Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number
Closing Date20 Jan 2025
Tender AmountPHP 349.4 K (USD 5.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: No Solicitation Is Currently Available.
all Information Contained In This Sources Sought Announcement Is Preliminary, As Well As Subject To Modification, And Is In No Way Binding On The Government. The Government Will Not Pay For Any Information Submitted In Response To This Request. The Information Requested Will Be Used Solely Within The Department Of Veterans Affairs To Facilitate Decision Making And Will Not Be Disclosed Outside Of The Government. The Determination Of A Procurement Strategy, Based Upon The Comments Submitted In Response To This Sources Sought Announcement, Is Solely Within The Discretion Of The Government.
the Applicable North American Industry Classification System (naics) Code Is 541519, Other Computer Related Services, Size Standard Is $34m.
potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Internet Site Https://www.sam.gov/portal/public/sam/). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam.
description Of Work
1.general: The Contractor Shall Provide Mammography Services At The Veterans Affairs Palo Alto Health Care System (vapahcs). The Period Of Performance For This Contract Will Be A Base Year Plus Four Option Years.
2. Description Of Services: The Contractor Shall Install A Mammography Tracking System And O Going Support/service - Per The Va National Teleradiology Program (ntp) - Provide All Software Components, Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, Other Items, And Non-personal Services Necessary To Provide Mammography Services For All Encompassing Locations Within The Va Palo Alto Health Care System.
the Government Requests That Interested Parties Provide The Following Capability Information To The Contract Specialist, Sable Williams By E-mail At: Sable.williams1@va.gov By 9:00am Pst January 31st, 2025:
(a)business Size (large/small)
(b)business Socio-economic Status (sdvosb, Wosb, 8(a), Hubzone, Etc.)
(c)sam Record
(d)gsa Contract Number
(e)ability And Experience With Similar Projects.
(f)list Of Projects Similar In Scope.
the Government Will Use This Information When Determining Its Business Type Decision.
this Sources Sought Is Not To Be Construed As A Commitment By The Government And No Contract Will Be Awarded As A Direct Result Of This Sources Sought Announcement.
Closing Date31 Jan 2025
Tender AmountRefer Documents
7001-7010 of 7460 archived Tenders