Computer Tenders

Computer Tenders

Department Of Education Division Of Zamboanga Del Norte Tender

Others
Philippines
Details: Description Invitation To Bid Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools 1. The Schools Division Of Zamboanga Del Norte, Through Subaro No. Ro-9-zn-24-10-01072, Intends To Apply The Sum Thirty-seven Million Seven Hundred Sixty-seven Thousand Four Hundred Fifty-two Pesos & 00/100, Philippine Currency, (p37,767,452.00) Being The Abc To Payments Under The Contract For Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools, With Project Identification Nos. 2025-004-cbzn; 2025-005-cbzn; 2025-006-cbzn; 2025-007-cbzn; 2025-008-cbzn: Lot Item Description Quantity Cost Per Unit Amount/cost 1 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Computer System Servicing Nc Ii 23 Items Varied Per Item 2,807,707.00 2 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages: Hairdressing Nc Ii 50 Items Varied Per Item 1,292,680.00 Caregiving 9 Items Varied Per Item 1,201,209.00 Wellness Massage Nc Ii 58 Items Varied Per Item 396,676.00 Sub-total For Lot 2 2,890,565.00 3 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Housekeeping Nc Ii 42 Items Varied Per Item 3,590,972.00 Front Office Nc Ii 12 Items Varied Per Item 209,742.00 Sub-total For Lot 3 3,800,714.00 4 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Food And Beverage Services Nc Ii 63 Items Varied Per Item 8,568,675.00 Bread And Pastry Production Nc Ii 41 Items Varied Per Item 4,937,169.00 Sub-total For Lot 4 13,505,844.00 5 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Cookery 79 Items (see Pr For Details) Varied Per Item 14,762,622.00 Total 37,767,452.00 Please See Attached Purchase Request For The Details, Technical Specifications, And Terms Of Reference. Bids Received In Excess Of The Abc Of The Project Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Of Zamboanga Del Norte, Through The Bids And Awards Committee, Now Invites Bids For The Above Procurement Project. The Delivery Of The Goods Is Required To Be Completed Within The Given Schedule. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Schools Division Of Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 P.m. 5. A Complete Set Of Electronic/soft Copy Of Bidding Documents May Be Acquired By Interested Bidders From January 6, 2025 To January 27, 2025 In The Given Address And Website Below And Pursuant To The Latest Guidelines Issued By The Gppb, And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Each For Lots 1, 2, And 3; Twenty-five Thousand Pesos (p25,000.00) Each For Lots 4 And 5. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means Before Or Upon Dropping Of Proposal. 6. The Schools Division Of Zamboanga Del Norte Will Hold An On-site Pre-bid Conference On January 14, 2025, At 2:00 P.m. At 3rd Floor Conference Hall, New Sdo Building, Estaka, Dipolog City Which Shall Be Open To All Prospective Bidders. 7. Bids In Three (3) Copies Including The Original Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before Or At Exactly 11:00 Am Of January 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, At 1:00 Pm At The 3rd Floor Conference Hall Of The New Sdo Building At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Christine Joyce S. Paco Bac Secretariat Head Deped- Zamboanga Del Norte 0946-025-6019 12. You May Visit Www.depedzn.net Or E-mail At Depedznbac@gmail.com Zyhrine P. Mayormita Bac Chairperson (goods And Services) Date Of Issue: January 3, 2025
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)

NATIONAL ARCHIVES AND RECORDS ADMINISTRATION USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Update: Amendment 0002 Is Hereby Issued On 1/21/25 To Post Rfq Q&as With Rfq Changes. See Attached Document Entitled "88310325q00018 Enterprise Ticketing System Amendment 002_questions And Answers_final" The Rfq Due Date Of4:00 Pm Et On January 28, 2025 Remains Unchanged. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services 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. The Solicitation Number Is 88310325q00018 And Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective November 12, 2024. This Is Total Small Business Set-aside Rfq Under Naics Code 541519, Other Computer Related Services. Contract Line Item Number(s): Reference Attachment 1, Schedule Of Prices. Requirement: The National Archives And Records Administration (nara) Has A Requirement To Obtain An Enterprise Ticketing System For Archives I And The Presidential Libraries. Reference Attachment 2, Performance Work Statement Period Of Performance: The Period Of Performance Will Consist Of A Base Year And Four (4) Option Years. The Following Federal Acquisition Regulation (far) Clauses Are Incorporated And Are To Remain In Full Force In Any Resultant Contract. Far Provisions Will Be Removed Prior To Award. Far Provision 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sep 2023) Addenda: (1) Change Paragraph (c) To Read: Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers. (2) Delete Paragraph (h), Multiple Awards. - Reference Below For Additional Quotation Submission Instructions. Evaluation (in Lieu Of Far Provision 52.212-2): Evaluation And Award Will Be In Accordance With Simplified Acquisition Procedures At Far 13.106, Soliciting Competition, Evaluation Of Quotations Or Offers, Award And Documentation Authorized By Far Subpart 13.5, Simplified Procedures For Certain Commercial Products And Commercial Services As Prescribed By Far 12.301(c)(2). Selection Of The Contractor For Award Of This Contract Will Be Based On Nara’s Assessment Of The Best Overall Value To The Government. Reference Attachment 11, Evaluation Factors For Award. The Government Reserves The Right To Make An Award On The Initial Quotation Without Communicating With Contractors. The Government Reserves The Right To Engage All, Some, Or None Of The Firms Submitting Quotations In Response To This Rfq To Obtain A Better Understanding Of Any Aspects Of Its Quote And To Reach A Determination On Which Quotation Is The Most Advantageous To The Government. Far Provision 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) - The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. Far Clause 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) – Reference Attachment 7, Nara Terms And Conditions (addenda To Far Clause 52.212-4). Far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Products And Commercial Services (nov 2024) - Reference Attachment 8, Far Clauses For The Full Text Of This Clause And For Additional Applicable Far Clauses. The Contractor Is Required To Be Registered In The System For Award Management (sam) And Maintain Registration Until Final Payment In Accordance With Far Provision 52.204-7, System For Award Management (nov 2024). Full Text Provisions And Clauses Can Be Found At Http://www.acquisition.gov. Questions: Questions Regarding This Rfq Must Be Submitted In Writing To The Contract Specialist, James Philiposian (contractor) At James.philiposian@nara.gov No Later Than 12:00 Pm Et On January 7, 2025 To Be Considered. Questions Submitted In Any Other Manner Will Not Be Answered. Contractors Are Requested To Group And Submit Questions In The Same Order Found In The Rfq While Making Reference To The Particular Paragraph Number. The Government Will Answer Questions Or Requests For Clarification Via A Written Rfq Amendment. Quotation Due Date: Quotations Must Be Received By 4:00 Pm Et On January 28, 2025. Failure To Submit Quotations By The Due Date And Time May Result In Rejection Of The Quotation As Untimely. Contractors Submitting Via E-mail Are Cautioned To Allow One Extra Business Day For Delivery And Confirm Receipt Of Quotation As The E-mail Will Need To Pass Through It Security. Quotation Submission Instructions: Reference Attachment 10, Quotation Submission Instructions. attachments: attachment 1 – Schedule Of Prices attachment 2 -- Performance Work Statement (pws) Pws Attachment 1 -- Contractor Technical Response Worksheet Final. Appendix 1 – Nara Systems Development Lifecycle Methodology (sdlc) Appendix 2 – Nara It Security Requirements Appendix 3 –ticketing System Rvtm Appendix 4 – Nara Directive 804, Information Technology Systems Security Appendix 5 – Nara Directive 1608, Nara’s Privacy Program And Supplement Appendix 6 – Nara Directive 1609, Initial Privacy Reviews And Privacy Impact Assessment Appendix 7 – Test Plan Template Appendix 8 – Test Procedures Template Appendix 9 – Test Report Template Appendix 10 -- Nara Sdlc Tailoring Plan And Schedule Appendix 11 – Cloud Configuration Management Database (cmdb) Template Appendix 12 – Accessibility Requirements Tool – Ticketing Requirements Appendix 13 – Visitor Data – Archives I (2015 Through 2024) Appendix 14 – Fy 2023 Presidential Library And Museum Ticket Sales Appendix 15 – Website Checklist Appendix 16 – Nara Visual Identity Guide attachment 3 – Quality Assurance Surveillance Plan (qasp) attachment 4 – Performance Requirements Summary (prs) attachment 5 – Non-disclosure Agreement attachment 6 – Contract Administration attachment 7 – Nara Terms And Conditions (addenda To Far Clause 52.212-4) attachment 8 – Far Clauses attachment 9 – Fedramp Terms And Conditions For Hosted Solutions And Cloud Computing Services attachment 10 – Quotation Submission Instructions attachment 11 – Evaluation Factors For Award attachment 12 – Product Demonstration Video Instructions attachment 13 -- Relevant Past Performance Questionnaire
Closing Date28 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Pre-solicitation Notice Of Intent To Sole Source Pre-solicitation Notice For Notice Of Intent To Award A Sole Source Contract. This Is Not A Solicitation. The Department Of Veterans Affairs Intends To Negotiate A Sole Source Contract For 5 Years With Leica Microsystems Inc.,10 Parkway North, Suite 300, Deerfield, Il 60015, To Obtain Preventative Maintenance And Service Including All Repair Parts, Labor, And Travel As Needed On The Existing Confocal Microscope. Leica Microsystems Inc Is Currently The Sole Source Provider Of Services, Parts, Support, And Warranty On The Confocal Microscope. Due To Leica Microsystems Inc Being The Current Manufacturer, They Are The Only Authorized Vendors Certified To Provide Services On This Equipment. Since the Intent Is To Procure These Services On A Sole Source Basis, No Solicitation Will Be Posted To Contract Opportunities. The Applicable Naics Code Is 334516 With A Size Standard Of 1000 Employees. The Psc Is J066. The Authority For This Action Is Far 6.302-1 Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Interested Persons May Contact The Contract Specialist Via Email At Ophelia.wilson@va.gov Regarding This Procurement. The Determination To Conduct A Competitive Procurement Based On Responses To This Notice Is Solely Within The Discretion Of The Contracting Officer. Response Must Be Received By 01/31/2025. statement Of Work item Description: Leica Service Agreement For Existing Capital Equipment. this Contract Is To Create A Service Agreement To Facilitate The Vendor (leica Microsystems, Inc.) To Provide Annual Maintenance For A Confocal Microscope On Site And In Use At The White River Junction Va Healthcare System. The Instrument Setup Includes The Stellaris 5 Liachroic Confocal Microscope, Operating Computer, And Software (ee# 51323; Serial # 8200000623) laboratories Within Our Research Service Are Currently Evaluating Immunological And Other Biological Proteins In Pre-clinical Research Samples. Creating A Preventative Maintenance Contract Will Fully Utilize Existing Scientific Equipment To Conduct These Va-ord Funded Studies. Maintaining An Active Service Contract Will Save Time, Improve Productivity, Reduce Long-term Repair Costs, And Reduce Unnecessary Government Spending. Maintaining Proper Usage And Calibration Will Also Ensure And Support Reproducible Research And Appropriate Translation Of Research Findings. Adhering To These Guidelines Is Recommended And Often Mandated By Federal Funding Agencies. The Current Contract Anticipates Preventative Maintenance Support For This Instrument, Which Will Provide The Following Services And Supplies: preventive Maintenance Inspections: The Contract Provides One Preventative Maintenance Visit Per Year Per Instrument. During Each Preventive Maintenance Visit, The Vendor Representative Will Evaluate The Instruments Performance And Provide A Preventative Maintenance Kit (as Applicable) For Use By The Leica Representative. Calibrations, Alignments, Lubrication, And Part Replacement Will Be Performed As Deemed Necessary By The Leica Representative To Maintain The Instruments Operation In Accordance With Technical Specifications. The Premium Care Service Plan Includes Unlimited On-site Repairs, Including Replacement For Service Parts, Components, Or Modules Necessary For Repairs, Excluding Lasers. The Premium Care Service Plan Also Includes Prioritized On-site Response Time For Critical Repairs, Unlimited Access To Leica On Call Technical Support And Remote Services. Preventative Maintenance Includes Firmware And Software Updates Required For Operating The Instrument, Excluding Software And Windows Upgrades). parts: Leica Microsystems Will Provide All Parts, Components, And Modules Required To Affect A Repair As Explained In The Quote, With The Exception Of Lasers. All Services Will Be Performed By Factory-trained And Certified Field Service Engineers With Genuine Leica Microsystems Part That Meet The Original Equipment Manufacturer (oem) Specifications. All Service Shall Be Performed In A Professional Manner. records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: ***this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source*** the National Institute Of Standards And Technology (nist) Is Seeking Information From Sources That May Be Capable Of Providing An Optical Parametric Oscillator (opo). If No Alternate Sources Are Identified, The Government Intends To Issue A Sole Source Award To Toptica Photonics (1120 Pittsford Victor Rd Pittsford, New York 14534-3818) Under The Authority Of Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 334413. the Nist Physical Measurement Laboratory, Microsystems And Nanotechnology Division, As Part Of The Chips Act Requires An Opo As Part Of Our Research On Atomic Layer Deposition. The Microsystems And Nanotechnology Division Advances Nanofabrication Technologies And Uses Them To Develop Innovative Integrated Measurement Microsystems. this Optical Parametric Oscillator Allows For The Spectral Translation Of Near-infrared Laser Light Into The Mid-infrared Spectral Region. The Mid-infrared Region Contains Strong Absorption Features Of A Wide Variety Of Atomic And Molecular Species Of Interest To The Chemistry And Physics Communities. A Singly-resonant, Continuous Wave Optical Parametric Oscillator Is Well Suited For This Type Of Spectroscopy Due To Its Wide Tunability, High Optical Power, Narrow Linewidth, And The Ability To Translate Modulation With High Fidelity. This Opo Will Provide Mid-infrared Light Which Is Tunable Throughout Much Of The Mid-infrared Spectral Region (2.3 Micron To 4 Micron) For Interrogating Molecules In Process Gases. This Will Allow Us To Interrogate A Range Of Molecular Gases In Order To Assess Process Conditions. nist Has A Need For An Optical Parametric Oscillator That Meets Or Exceeds The Following Draft Minimum Specifications: the Opo Must Be Continuous Wave And Singly Resonant On Only The Signal Beam. the Opo Idler Output Must Be Capable Of Tuning From 2.3 To 4.0 µm. the Opo Idler Output Must Be 1 W Or Greater Between 2.3 And 3.4 µm. the Opo Idler Linewidth Must Be 2 Mhz Or Less. the Needed Seed Laser And Optical Amplifier Must Be Included. the Seed Laser Must Be Fiber Coupled To The Optical Amplifier. In Addition, There Must Be A Connection Between The Seed Laser And Optical Amplifier Such That Additional Fiber Optic Components Can Be Inserted. the Pump Wavelength Must Be In The Range Of 1050-1070 Nm. the Optical Amplifier Should Contain Optical Isolation. the Depleted Pump And Signal Beams Should Have Fiber Coupled Outputs. the Idler Output Must Have A Mode-hop Free Tuning Range Of At Least 30 Ghz. the Idler Tuning Must Be Computer Controllable And Utilize A Provided Touchscreen. the System Must Run Off 120 V Power (i.e., Standard Usa Power). nist Conducted Market Research From October 2023 To January 2024 By Performing Internet Searches, Searches Of Gsa, Searches Of Fpds And Dsbs, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Toptica Photonics (uei: Eyc4jkcba7j9) Appears To Be Capable Of Meeting Nist’s Requirements. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response. Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed At The Bottom Of This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Close Of This Notice. Questions Will Be Anonymized And Answered Via Sources Sought Notice Amendment Following The Question Submission Deadline. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. thank You For Taking The Time To Submit A Response To This Request!
Closing Date31 Jan 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
Details: ***market Survey Announcement*** 1. Introduction/purpose the Federal Aviation Administration (faa) Has A Requirement For Economic Consulting Services For Regulatory Analysis And Policy Support. The Period Of Performance (pop) Is For A One-year (12 Month) Base Period And Four One-year (12 Month) Option Periods, For Five Years (60 Months). The Purpose Of This Announcement Is To Identify Potential Sources That Have The Established And Minimum Capabilities To Perform The Subscription Services Outlined In The Attached Statement Of Work. 2. Description Of The Required Services: the Federal Aviation Administration’s (faa) Office Of Aviation Policy And Plans Require Economic Data To Forecast Aviation Activity And Workload For Manpower Planning, Regulatory Analysis, And Aviation Trust Fund Analysis. These Forecasts Use Econometric Models And Forecasts Of Economic Activity In The U.s. Including Territories, World, And In U.s. Metro Areas As Key Inputs. The Office Of Financial Analysis Is Responsible For Evaluating Procurements And Conferences Requiring Chief Financial Officer Approval And Making A Recommendation. This Office Receives Cost Estimates For Various Procurement Requests That Can Cover Up To 15 Years And Contain Economic Assumptions On Labor, Material, Travel And Other Direct Costs (odcs). Odcs Can Include But Are Not Limited To: Special Tooling, Travel Expenses, Relocation Expenses, Pre-production And Start-up Costs, Packaging And Transportation Costs, Royalties, Spoilage And Rework, Computer Expenses, Federal Excise Taxes, And Reproduction Costs. Evaluation Of These Estimates Require Historical And Future Escalation Information That Must Include Measures At The National, State, And Metropolitan Statistical Area Levels Respectively. In Addition, As A Forecasting Tool, The Faa Will Use It To Test The Reasonableness Of Procurement Planning Assumptions And To Help Develop Federal Government Negotiation Positions For Multi-year And Multiple Year Contracts. the Contractor Must Provide Economic Analyses Provided By A Subscription Service For Historical And Time-series Cost Services And Labor And Material Escalation Services That Can Be Used By The Office Of Financial Analysis In The Examination Of Major Acquisition Programs, Resulting In Significant Procurement Savings And Efficient Allocation Of Resources. In Addition, The Contractor Must Provide These Services To The Office Of Aviation Policy And Plans In Meeting Requirements For Short And Long-term Forecasts. 3. North American Industry Classification System (naics) Code the Faa Has Tentatively Identified North American Industry Classification Systems (naics) Code 541611 – Other Management Consulting Services As Applicable To This Procurement. The Size Standard For This Naics Code Is $24.5m. Respondents May Recommend Other Appropriate Naics Codes For Faa Consideration. 4. Nature Of Market Survey this Survey Is Being Conducted In Accordance With Faa Acquisition Management System (ams) Section 3.2.1.2.1. The Nature Of The Competition Has Not Been Determined At This Time.the Faa Will Assess The Responses To This Market Survey And Will Make Acquisition Decisions Based On Those Responses.the Faa May Decide To Conduct A Full And Open Competition, Set Aside All Or Part Of The Procurement For Small Businesses, Socially And Economically Disadvantaged Small Businesses (8a), Service-disabled Veteran-owned Small Businesses (sdvosbs), Women Owned Small Business (wosbs), Economically Disadvantaged Woman Owned Small Businesses (edwosbs) Or Hubzone Small Businesses That Are Certified By The Sba, Conduct A Direct Award As Allowed Under The Faa Acquisition Management System Unless Maximum Dollar Amounts Preclude Any Such Possibility, Or Not Conduct Any Competition. 5. General the Responses To This Market Survey Will Be Used For Informational And Planning Purposes Only And Will Not Be Released. this Is A Market Survey. This Is Not A Screening Information Request (sir) Or Request For Proposals (rfp) Of Any Kind; the Faa Is Not Seeking Or Accepting Unsolicited Proposals; all Vendors Responding To This Announcement Are Responsible For Ensuring That Documents Submitted Contain The Appropriate Proprietary Marking; the Faa Has The Option Of Conducting One-on-one Communications As Deemed Appropriate Without The Obligation To Hold Communications With All Respondents; providing A Response To This Market Survey Neither Qualifies Respondents For, Nor Excludes Respondents From, Responding To The Resulting Sir, If Any; respondent Participation In Any Informational Session Is Not A Promise Of Future Business With The Faa; the Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey; And any Costs Associated With The Market Survey Submittal Is Solely At The Interested Vendor’s Expense. 6. Submittal Requirements For Market Survey interested Businesses Must Provide The Following: a.) Capability Statement As Defined Below (not To Exceed 5 Pages): the Vendor Must Provide A Capability Statement Which Demonstrates That They Have Ten (10) Years Of Experience Of Meeting The Tasks Outlined In The Draft Statement Of Work (sow). This Must Include Providing Experience For Each Of The 3 Task Areas Within The Sow (note: The Attached Sow Is A Draft And Is Subject To Change By The Time Of Any Solicitation.) Include A Brief Description Of The Work Performed, Dollar Value, Period Of Performance, Agency/organization Supported, And Individual Points Of Contact (contracting Officers Or Program Managers). b.) Name And Address Of Company, Point Of Contact (name, Title, Telephone Number, And Email Address); Large Or Small Business Designation And Any 8(a), Service-disabled Veteran-owned Small Business (sdvosb), Woman Owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), Or Hubzone Status. As Applicable, Vendors Should Submit A Copy Of Their Certification Letter Identifying A Preferred Socio-economic Status (such As Sba 8(a), Small Business, Sdvosb, Vsb, Etc.); And c.) Unique Entity Identifier (uei) Number. The Vendor Must Provide Their Registration Number (uei) For The Federal Government System For Award Management (sam). Current And Potential Government Vendors Are Required To Be Registered And Active In Sam In Order To Be Awarded Contracts By The Government. The Website For Sam Is Www.sam.gov. 7. Delivery Of Submittals all Responses To This Market Survey Must Be Submitted By 2:00pm (eastern Time) On January 30, 2025. Submissions Received After This Time And Date Will Be Considered Late And May Not Be Reviewed. All Submittals, Including Attachments, Should Be Submitted In Electronic Format (email) To: Stephen.young@faa.gov. Please Include The Market Survey Title In The E-mail Submission. all Questions Or Inquiries Must Be Submitted On Or Before January 20, 2025. 8. Government Use Of Rfi Responses the Faa May Or May Not Provide Feedback On Any Of The Submitted Materials. The Government Does Not Intend To Release Or Distribute Any Of The Information Contained In The Market Survey Responses. responses To This Market Survey Will Not Be Viewed By The Faa As A Commitment By The Respondents To Submit A Proposal For Any Competitive Solicitations Initiated By The Faa In Relation To The Services Described In This Market Survey. 9. Attachment draft Statement Of Work/specification.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Baao Water District Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Rfq No.: 2025-01-008 Date: January 22, 2024 Pr No.: 2024-01-018 To All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, For More Information Please Call 09694179074 Or Email Baaowdbac@gmail.com. Open Quotation Duly Signed By Your Representative May Be Submitted By Mail To Baao Water District, La Medalla, Baao, Camarines Sur Or Email At Baaowdbac@gmail.com. Not Later Than 9:00 A.m Of January 28, 2025. Pr 2025-01-018 Supply And Delivery Of Ict Equipment And Accessories For H1 2025 - 1 Lot Please See Page 2, And 4-10 For Item Descriptions Abc Php 893,926.44 Terms Of Payment: Within Thirty (30) Calendar Days From Date Of Delivery Of Goods Please Sign All Pages Box Maintenance Box (epson L6190) 5 Piece Flash Drive (min: 16gb) 5 Unit Keyboard, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Keyboard, Usb Wired 3 Piece Mouse, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Mouse, Usb Wired 3 Unit Uninterruptible Power Supply (ups), (min: 2000va) 1 Unit Uninterruptible Power Supply (ups), (min: 1000va/600w) 5 Unit Document Scanner (see Attached Technical Specification) 2 Unit External Hdd (min: 1tb) 5 Unit Printer, Ink Tank (see Attached Technical Specification) 16 Unit Laptop, Lightweight (see Attached Technical Specification) 3 Unit Laptop, Mid-range (see Attached Technical Specification) 4 Unit Ms Office (min: Home & Business 2021) 7 Unit Ms Windows (min: 11 Professional 64bit) 1 Unit Printer, Impact Dot Matrix, 24 Pins (see Attached Technical Specification) 3 Pack Security And Protection Software (min: 3 Device 1 Year) 5 Unit Desktop, Mid-range Minimum Requirement: Intel Core I3-14100, Intel B760 Motherboard, 8gb Ddr5 Ram, 512gb M.2 Ssd, Windows 11 Home, Ms Office Home And Student 2021, Tower Desktop With Monitor, Usb Kb And Mouse 1 Terms And Conditions A. Submission Of Requirements Open Quotations And Other Requirements Stated Below Shall Be Submitted To Baao Water District, La Medalla, Baao, Camarines Sur Not Later Than 9:00 A.m Of January 28, 2025. 1. Supplier Shall Fill-in All The Necessary Information. 2. Supplier Should Indicate The Brand Name Of The Product Being Offered. 3. Supplier Shall Submit The Following Documentary Requirements: A. This Request For Quotation Form Duly Signed. Prices Shall Be Quoted In Philippine Peso. B. Philgeps Certificate/registration Number C. Mayor’s Permit/ Business Permit D. Bir Tax Registration Certificate (for Abcs Below 500k)/bir Income/business Tax Return (for Abcs Above 500k) E. Brochure For Technical Specifications Of The Product Being Offered (for Items That Needs Technical Specifications) F. Duly Notarized Omnibus Sworn Statement (for Abcs Above 50k) B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price Bwd Reserves The Right To Post-qualify Any Supplier And/or To Reject Any Or All Submitted Quotations C. Award The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation. D. Delivery And Installation 1. Delivery Of Services Shall Be Made Within Fifteen (15) Calendar Days During Office Hours 9:00 Am- 4:00 Pm From Date Of Receipt Of Purchase Order. 2. Deliverables Shall Be Delivered To Baao Water District, La Medalla, Baao, Camarines Sur, Hereto Defined As Project Site, Costs To The Account Of Supplier. E. Instructions 1. Supplier Shall Be Responsible For The Source Of Its Goods/equipment, And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Bwd Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And It’s Irr-a Against The Supplier. 3. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 4. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 5. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 6. Tie-breaking Method In The Form Of “draw Lots” Will Use In Case Of Two Or More Suppliers Submitted/offer An Equal Or Same Bid Amount. F. Packaging The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. G. Inspection 1. All Deliveries By Suppliers Shall Be Subject To Inspection, And Acceptance By The Bwd Inspection Team And The End-user. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Warranty Shall Be A Period Of Six (6) Months For Supplies And Materials, And One (1) Year In Case Of Equipment Reckoned From Date Of Acceptance Of The Goods At Project Site. J. Payment Contract Price Shall Be Paid To The Supplier Within Thirty (30) Calendar Days From Date Of Delivery Of Goods At Project Site. All Payments Shall Be For Pick-up By The Supplier At The Bwd Office, Provided However, That If The Supplier Opts To Have The Said Payments Deposited To Its Bank Account, An Original Copy Of The Authority To Deposit Signed By The Authorized Signatory, Including An Instruction That Any Bank Charges Shall Be Automatically Deducted From Its Bank Account Must Be Provided To The Bwd. The Winning Supplier Shall Shoulder The Bank Charges Incurred For Bank-to-bank Transaction In The Release Of Payments For The Goods. Technical Requirement For Document Scanner Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Type: Sheet-fed Document Scanner • Color Depth: 24-bit Color, 8-bit Grayscale Scanning Performance • Single-sided Scanning Speed: Up To 26 Pages Per Minute (ppm) • Duplex Scanning Speed: Up To 52 Images Per Minute (ipm) • Daily Duty Cycle: Up To 3,000 Sheets • Optical Resolution: Up To 600 X 600 Dpi • Interpolated Resolution: Up To 1200 X 1200 Dpi Paper Handling • Automatic Document Feeder (adf): 50 Sheets • Media Sizes Supported: • Standard Sizes: A4, Letter, Legal • Other Sizes: Business Cards, Receipts, And Various Custom Sizes • Media Weight Supported: 27 To 413 G/m² Connectivity • Interface: Usb 3.0 • Operating System Compatibility: O Windows (various Versions) Software • File Formats Supported: Pdf, Jpeg, Tiff, And Other Common Formats Physical Specifications • Weight (min): Approximately 4.0 Lbs (1.8 Kg) • Power Consumption: 12 W (operating), 0.4 W (sleep Mode) Environmental Conditions • Operating Temperature: 10 To 35°c (50 To 95°f) • Operating Humidity: 20 To 80% (non-condensing) Power Supply • Type: Ac Adapter • Voltage: 100-240 V, 50-60 Hz Warranty • Limited Warranty: 1 Year Package Contents • Accessories: Ac Adapter, Software Driver (if Any), Operating Manual • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Printer, Ink Tank Product Specifications Ink System • Single-function Printer • Offered Brand Must Be Globally Renowned. • Ink Tank System With High-capacity Refillable Tanks • Compatible Ink Types: Dye-based • Ink Bottle Colors: Black, Cyan, Magenta, Yellow Print Quality • Maximum Print Resolution (min): Up To 720 X 720 Dpi • Print Speed (iso) (min.): Up To 8.5 Pages Per Minute (ppm) In Black, 4.5 Ppm In Color Media Handling • Supported Paper Sizes (min): A4, A5, A6, B5, Legal, Letter, 4"x6" (photo) • Paper Capacity (min): Up To 50 Sheets (a4 Plain Paper) • Supported Paper Types: Plain Paper, Epson Glossy Photo Paper, Matte Paper Connectivity • Standard Interface: Usb 2.0 Power Consumption • Printing: Approximately 10w • Standby Mode: Approximately 0.6w Warranty • 2 Years Or 20,000 Pages, Whichever Comes First Operating Requirements • Compatible Operating Systems: Windows (various Versions), Macos • Temperature: 10-35°c Operating, 5-40°c Storage • Humidity: 20-80% (no Condensation) Other Features • Compact And Lightweight Design Suitable For Home Or Small Office • Low-cost Per Page, Eco-friendly With Efficient Ink Usage Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Set Of Initial Ink Bottles (black, Cyan, Magenta, Yellow) • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Laptop, Lightweight Product Specifications • Processor: O Total No. Of Cores (min.): 10 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 16 Gb Ddr4 Upgradable • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd • Front Camera (min.): 720p (hd Camera); With Privacy Shutter • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 16.0” Viewable Size O Resolution (min.): 1920 X 1200 (16:10 Aspect Ratio) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.1 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb 3.2 Type A O One (1) Usb 3.2 Type C O One (1) Headphone Jack O One (1) Hdmi 1.4 • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 16 Gb Ddr4 Upgradable  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd  Front Camera (min.): 720p (hd Camera); With Privacy Shutter  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.1 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type A • One (1) Usb 3.2 Type C • One (1) Headphone Jack • One (1) Hdmi 1.4  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery • At Least Six (6) Hours Of Runtime  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers)  Security Software: Additional Security Features That Can Defend Malicious Software And The Like Upon Beginning Of The Boot Process. O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard) O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 10 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 16gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Laptop, Mid-range Product Specifications • Processor: O Total No. Of Cores (min.): 6 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 8 Gb Ddr4 • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme • Front Camera (min.): 720p (hd) • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 15.6” Viewable Size O Resolution (min.): 1920 X 1200 (full Hd) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.0 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb Type C O One (1) Usb 3.2 Type A O One (1) Headphone Jack O One (1) Hdmi • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard) • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 8 Gb Ddr4  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme  Front Camera (min.): 720p (hd)  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.0 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type C • One (1) Usb 3.2 Type A • One (1) Headphone Jack • One (1) Hdmi  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers) O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 6 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 8gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Printer, Impact Dot Matrix, 24 Pins Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Printing Technology: 24-pin Dot Matrix Impact Printer • Printing Method: Impact Dot Matrix, 9-pin Wide Format Performance • Print Speed: O High-speed Draft: Up To 347 Characters Per Second (cps) At 10 Cpi O Draft: 260 Cps At 10 Cpi O Letter Quality: 65 Cps At 10 Cpi • Resolution: Up To 240 X 144 Dpi • Copy Capability: Original + 3 Copies (total Of 4 Layers) • Print Head Life: Approx. 400 Million Strokes Per Wire Paper Handling • Paper Feed: Friction Feed (front, Rear, Or Top), Push Tractor Feed (rear), Pull Tractor Feed (front Or Rear) • Paper Types: Continuous Paper, Single-sheet, Multipart Forms • Paper Width: O Continuous Paper: 101.6 Mm To 254 Mm O Single Sheets: 100 Mm To 257 Mm • Maximum Paper Thickness: 0.52 Mm Connectivity • Interfaces: Usb 2.0, Parallel, Serial Memory • Input Buffer: 128 Kb Reliability • Mtbf (mean Time Between Failures): Approx. 10,000 Power-on Hours • Ribbon Life: Approx. 2.5 Million Characters Power • Power Supply: Ac 220-240 V • Power Consumption: Approx. 27w (during Operation) Warranty • Limited Warranty: 1 Year Environmental Compliance • Noise Level: Approx. 53 Db(a) During Operation Features • Compatibility: Esc/p, Ibm Ppds • Emulations: Epson Esc/p, Ibm Ppds Emulation Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Ribbon Cartridge • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box
Closing Date28 Jan 2025
Tender AmountPHP 893.9 K (USD 15.2 K)

Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow Tender

Others
Poland
Purchaser Name: Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow | Expansion of Data Storage System Capacity for the Virgo Project
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow Tender

Others
Poland
Purchaser Name: Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow | Announcement of the Order for the Supply of Expansion of the Data Storage System Capacity for the Virgo Project
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: ***20 December 2024: Solicitation Response Deadline Extended To 3 January 2025. All Other Terms And Conditions Remain Unchanged,** this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13 As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1110. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01and Dfars Change Notice 20241115. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is 5935 And The Naics Code Is 423610. The Small Business Standard 200.this Requirement Is Being Processed Utilizing Full And Open Competition. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: **note: A Drawing Accompanies These Descriptions. To Gain Access, Please Return A Signed Copy Of The Security Agreement And Your Organization’s Approved Dd2345.** clin 0001: Bulkhead Connector 1 Ea clin 0002: Data Requirements For Clin 0001 clin 0003: Bulkhead Connector 1 Ea clin 0004: Data Requirements For Clin 0003 note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.219-4 notice Of Price Evaluation Preference For Hubzone 52.219-6 notice Of Total Small Business Set-aside 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-3 buy American-free Trade Agreements 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-34 payment By Eft-other Than Sam 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7036 __ Basic, __ Alt I, __alt Iv, Buy American Free Trade Agreements 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c01 Superseded Part Numbered Items (sep 2016) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) ( c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) g01 Additional Wide Area Workflow (wawf) Information (aug 2017) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l04 Offers For Part Numbered Items (sep 2016) ( l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) m06 Evaluation Of Offers For Part Numbered Items (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C501: Correction Of Certifications ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 E504: Notice Of Constructive Acceptance Period ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close20 December 2024 At 3pm Est. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At Stephen.1.smith@dla.mil. quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ********
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Sam.gov. The Request For Quotation (rfq) Number Is Spmym325q5015. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 2024-1218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is 5340 And The Naics Code Is 332510 And The Small Business Standard Is 750. This Is A 100% Small Business Set Aside Solicitation. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Sprs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: item Description U/i Qty $unit Price $total Country / Origin brace Assembly See Rfq For Details. note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With Their Offer. a Small Business Joint Venture Offeror Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, And Paragraph (c) Of Far Solicitation Provision 52.219-1, Small Business Program Representations, In Accordance With 52.204-8(d) And 52.212-3(b) For The Following Categories: (a) Small Business; (b) Service-disabled Veteran-owned Small Business; (c) Women-owned Small Business (wosb) Under The Wosb Program; (d) Economically Disadvantaged Women-owned Small Business Under The Wosb Program; Or (e) Historically Underutilized Business Zone Small Business. far Clauses And Provisions: responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. The Following Far Provisions (p) And Clauses Are Applicable To This Procurement: 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-16 Commercial And Government Entity Code Reporting. 52.204-17 Ownership Or Control Of Offeror. 52.204-18 Commercial And Government Entity Code Maintenance. 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements, Do-a3 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Items; 52.212-3 Alt 1, Offeror Reps And Certs 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions -representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 reporting Executive Compensation 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-6 notice Of Total Small Business Set-aside 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-36 payment By Third Party dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation para (c)(i): Exempted From Iuid By Military Service Customer. Supplier Should Check Iuid Exemption Box In Wawf. 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 5452.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) h10 Awardee Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C528: Specification Changes ym3 D2: Marking Of Shipments ym3 D4: Preparation For Delivery (commercially Packaged Items) ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close At 03:00 Pm Est Local Time On 1/27/2025. Poc For This Solicitation Is Robert Dowdle Who Can Be Reached By Email (below). method Of Submission: Offers Shall Be Emailed. please Submit Quotations Via Email At Robert.dowdle@dla.mil quotes Also To: Dla-kme-quotations@dla.mil all Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online At Http://www.sam.gov/. if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided, As Well As Traceability Documentation. all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ********
Closing Date27 Jan 2025
Tender AmountRefer Documents 
7371-7380 of 7564 archived Tenders