Computer Tenders
Computer Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1112. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-02 And Dfars Change Notice 20241218. 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 5365 And The Naics Code Is 331491. The Small Business Standard Is 900.this Requirement Is Being Processed Utilizing 100% Small Business Set Aside.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
clin 0001: Perforated Plate In Accordance With Attachment 1.
***there Are Drawings Associated With This Requirement. To Gain Access, Return A Signed Security Agreement And Your Company’s Dd2345.***
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
52.219-6
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
52.222-50
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
52.232-34
payment By Eft-other Than 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
252.204-7004 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
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c01 Superseded Part Numbered Items (sep 2016)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l04 Offers For Part Numbered Items (sep 2016)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
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 C528: Specification Changes
ym3 C531: Restrictions On K-monel
ym3 D1: Deteriorative Material Marking
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close22 January 2025 At 3pm. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At Stephen.1.smith@dla.mil.
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date22 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13 As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1113. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 20241218. 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 4720 And The Naics Code Is 332912. The Small Business Standard Is 1,000.this Requirement Is Being Processed Utilizing 100% Small Business Set Aside.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
this Requirement Is Partial Brand Name Mandatory To Ever-tite Due To Parts From Other Sources May Not Be Interchangeable With Other Manufacturers’ Fittings And Could Result In Endangering Shipyard Personnel Due To Leakage And Potential Hazmat Spill. Quotations Received That Represent A Different Manufacturer For The Specified Ever-tite Portion Of The Requirement Will Not Be Considered For Award.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
clin 0001: Hose Assembly (qty 100) In Accordance With Attachment 1.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.219-33
nonmanufacturer Rule
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, 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.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c01 Superseded Part Numbered Items (sep 2016)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l04 Offers For Part Numbered Items (sep 2016)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
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 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close24 January 2025 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. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation ********
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice.
the Contract Line Items (clins) Are As Follows:
hyd-mech S-23p Band Saw Quantity: 1 U/i: Ea
capacity Rectangular (h X W) Round
90° 16" X 20" 16"
45° 16" X 14" 14"
30° 16" X 9-1/2" 9-1/2"
blade Size: 1-1/4" X 16' 10"
blade Drive: 8.8 Hp Vfd
machine Voltage: 240v /3 Ph
variable Vise Pressure
adjustable Work Stop – 34”
coolant Drip Pan – For Idler Conveyor
blade Speed: 75-330 Sfm
coolant Tank – Built In Coolant Drawer With Centrifugal Pump And 9 Us Gal Capacity
work Load: 5,000 Lbs.
machine Weight 2.900 Lbs.
table Height: 33"
cast Iron Blade Guide Arms. Idler Side Guid Arm Adjustable And Supported By Linear Rail.
dimensions (w X L X H) 101” X 80” X 61”
laser Light
work Light
mechanical Band Tensioning With Digital Readout
43" Material In-feed Roller Table And 19-1/4" Out Feed Table
blade Breakage Switch
cast Iron Band Wheels
pre-set Replaceable Carbide Guide Inserts
flood Coolant With Wash Down Hose
safety Door Interlocks
filler Plates For 5’ Idler Conveyor Below The Frame
type 1 – 5’ In Feed/out Feed Idler Conveyor (26” W X 35” H) Material Support Rollers To Be Installed Below The Frame
replaceable Blade Brush
replaceable Carbide Guide Inserts
miter Scale For The Head Miter Position In 1 Degree Increments With Cam Lock Brake Locking Mechanism
steel Base
semi-automatic Operator Plc Control Equipped With A Digital Lcd Display, Shall Show Machine Mode, Pieces Cut, Blade Speed, Blade Tension, Amperage Draw, Cut Duration, Overall Machine Run Time, And Head Position.
full Capacity, Full Stroking Hydraulic Material Vise
swinging, Heavy-duty, Cast-iron Saw Head That Can Swing Up To 60 Degrees In One Direction
hydraulic Positive Down Feed Sawing Head With Infinite Down Feed Adjustments
hydraulic Positive Downfeed – Dual Down Feed System Capable Of Controlling Both Feed Rate And Feed Force Parameters
quality Assurance Provisions - Inspection And Acceptance Of The Supplies, Performed At Destination By Code 983 And Shall Consist Of Type And Kind; Condition; Operability, If Readily Determinable; Preservation; Packaging.
preservation, Packaging And Packing – The Equipment Shall Be Packaged, Packed And Preserved For Shipment To Reach Ultimate Destination Undamaged. Package Shall Be Prominently Marked “not For Outside Storage”. Yellow Packaging, Packing, Preservation And Marking Are Prohibited.
additional Requirements:
nameplate: A Nameplate Shall Be Permanently And Securely Attached To Each Machine The Information Provided On The Plate Shall Be As Listed Below.
nomenclature
manufacturer's Name
manufacturer's Model Designation
manufacturer's Serial Number
power Input (volts, Total Amps, Phase, Frequency)
amp Rating Of Largest Motor
short Circuit/over-current Protection Rating
contract Number Or Order Number
national Stock Number Or Plant Equipment Code
date Of Manufacture
operating And Maintenance Manual: Machines Shall Be Provided With Operating And Maintenance Manual (o&m), Electrical Manual, Mechanical Manual & Schematics Three (3) Each Shall Be Provided With The Machine And One (1) Each Searchable Electronic Copy (pdf) Shall Be E-mailed To Tpoc.
verification Test: After Delivery The Contractor Shall Test Run The Machines At The Site To Ensure Conformance With This Purchase Description.
warranty: These Machines Shall Be Warranted Against Any Defects In Material, Parts, And Workmanship For 12 Months After The Date Of Installation With Labor Provided By Dealer. Additional Parts Are To Be Warranted For Two (2) Years.
installation:
location: Machines Shall Be Installed Inside Norfolk Naval Shipyard, Portsmouth, Va 23709.
training: The Contractor Shall Provide Training To Familiarize Norfolk Naval Shipyard Personnel With The Equipment And To Help Ensure Reliable Performance And Maximum Service Life, During Normal Usage.
operator / Programmer On-site Training: Training Shall Be Provided At The Receiving Activity. Training Shall Include Preparation Of Part Programs, And Preparation Of Equipment For Safe Operation. The Trainees Shall Be Provided Instruction For All Aspects Of Machining Operations. Trainees Shall Be Provided Instruction For The Care, Use And Operation Of All Attachments And Accessories. Training Shall Be Provided For Three (3) Operators/programmers. The Training Period Shall Not Be Less Than Three (1) Consecutive, Eight (8) Hour Workday. A Training Manual (which Could Be An Additional Operator's Manual) Shall Be Provided For Each Student.
entry Requirements: All Personnel Expected To Visit Nnsy Shall Be Us Citizens. Contractors/sub-contractors Including Truck Drivers Shall:
30 Days Before Arrival: Contractor Shall Provide Secnav 5512 Data On All Personnel Expected To Visit Nnsy To The Tpoc. This Shall Include List Of All Personnel Expected To Visit, Identifying Those That Require Secnav 5512 Forms & Those With Existing Valid Base Passes. All Personnel Expected To Visit Nnsy Shall Be Us Citizens. All Personnel Shall Provide Two Forms Of Identification. Accepted Required Identity Documentation For Proof Of Us Citizenship, Us Birth Certificate, Us Passport, Certificate Of Citizenship, Birthright Citizenship, Certificate Of Naturalization, Birth Abroad For Us Citizens. The Tpoc Shall Provide Secnav 5512 Forms Upon Request. The Tpoz Will Endorse The Secnav 5512 Form And Forward To The Nnsy Pass Office.
vehicle Entry: The Contractor Shall Display The Company Name Of Each Door Of The Contractor’s Vehicles In A Manner And Size That Is Clearly Visible. All Contractor Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code With Company’s Name Clearly Displayed On The Sides On Vehicle. Contract Vehicles Shall Meet All Other Requirements Of The State Vehicle Code, Such As Safety Standards, Proof Of Insurance And State Registration. Contract Vehicles Shall Have Insurance And Registration In The Company’s Name. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Cia. There Are Available Parking Spots Near Each Building, Including In The Cia. Unloading Can Be Accomplished At High Bay Door Loading And Unloading Zones However, The Loading And Unloading Zones May Not Be Near The Equipment For Each Building.
portable Electronic Dive (ped): In Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electron Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images E.g.: Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches. Non-camera Cell Phones Are Acceptable (feature Phones). Where A Laptop Computer Is Required For Trouble-shooting And Machine Programming Purposes, Contractor Must Inform Tpoc No Later Than Two (2) Weeks Prior To Visit To Allow Time To Schedule Inspections And Vetting From Nnsy It Department.
safety Or Security: Contractor Will Need Cia Access And Ppe. “per Far 22.102-1(a) Entitled “safety”, Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements And Norfolk Naval Shipyard Oshe Program Manual, Navshpydnorinst P5090.2 Requirements Or Safety Requirements For Site Specific Location Of The Contract.”
critical Time Constraints: The Installation And Training Shall Be Performed Between The Hours Of 7:20 Am And 3:50 Pm Excluding Any Federal Holidays.
installation Responsibilites
government
provide And Install Anchor Bolts And Nuts.
connect Machine To The Provided Utilities Hook-up.
material For Performance Testing At Gover
provide Utilities Hook-up Within 20 Feet Of The Machinenment Facility
contractor
level And Align Machine.
provide All Necessary Tools, Gages, And Instrumentation Necessary To Perform The Required Test.
provide And Charge All Systems With Fluids In Accordance With Manufacturer’s Instructions.
the Requirement Will Be Solicited As A Total Small Business Set Aside. The Naics Code Applicable To This Procurement Is 332216, Saw Blade And Handtool Manufacturing With A Size Standard Of 750 Employees. The Product Service Code Is 3405.
the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only.
the Solicitation Number Is Spmym125q0034 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0034) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues.
potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0034. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed.
all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.
Closing Date24 Jan 2025
Tender AmountRefer Documents
SCIENCE AND TECHNOLOGY INFORMATION INSTITUTE Tender
Others
Philippines
Details: Description 1. The Dost-science And Technology Information Institute (dost-stii), Through Its Bids And Awards Committee (bac), Invites Philgeps Registered With Platinum Membership Supplier/manufacturer/contractors To Bid For The Hereunder Item: Lot 1 (abc: Php2,331,000.00): 37 Units Desktop Computers 40 Units Wi-fi Router 9 Units Tablet Pc 3 Units Smart Tv See Attached Technical Specifications Lot 2 (abc: Php740,000.00): 37 Units Starbooks Pod See Attached Technical Specifications Price Of Bidding Documents: Php3,100.00 2. The Dost-stii Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 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. 4. The Project Shall Be Awarded As Follow: One Project Having Several Items Grouped Into Several Lots, Which Shall Be Awarded As Separate Contracts Per Lot. 5. Prospective Bidders May Obtain Further Information From Dost-stii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 December 2024 At The Stii – Bac Secretariat – General Services And Property Section (gsps), 2nd Flr. Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City And Upon Payment Of A Nonrefundable Fee In Amounts Pursuant To The Schedule. It May Also Be Downloaded Free Of Charge From The Philgeps Website (https://www.philgeps.gov.ph/indexes/login) And The Website Of The Procuring Entity (http://stii.dost.gov.ph), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents On Or Before The Deadline For The Submission Of Bids. 7. The Dost-stii Shall Conduct A Virtual Pre-bid Conference Via Zoom On 27 December 2024 – 10:00 Am At The Cast Room, Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 09 January 2024 – 10:00 Am, And With The Observance Of Safety And Health Protocols Of Dost-stii. Documents To Be Submitted By The Bidder/s Will Be Received At The Dost-stii Lobby By The Guard On Duty, Subject To Disinfection. If Any Bidder Wishes To Submit All Documents In Electronic Form, Please Contact The Bac Secretariat For Instructions. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be Conducted Virtually Via Zoom On 09 January 2024 – 10:00 Am At The Cast Room Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City. Bid Will Be Opened In The Virtual Presence Of The Bidders’ Representatives. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 11. The Dost-stii 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information And Zoom Link Access For Pre-bid Conference And Bid Opening, Please Refer To: Jona M. Bernal Head Bac Secretariat Telefax No. 837-2071 Loc. 2145 Mobile No. 09062540101/ 09239582400
Closing Date9 Jan 2025
Tender AmountPHP 3 Million (USD 52.9 K)
Nueva Ecija University Of Science And Technology - NEUST Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply, Delivery And Installation Of Hybrid And Electric Vehicles For Advanced Learning And Instruction In The Mechanical Engineering Program Location: College Of Engineering, Neust Sumacab Campus, Cabanatuan City Approved Budget For The Contract: Php27,017,500.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php25,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Car Train "hybrid And Electric Vehicles 1 Set Hybrid And Electric Vehicles Sybapro Experiment Trolley For Unit, 1070x1350x800mm With 5 Layer Hanging Base Cabinet Safety Zone Unit (hybrid And Electric Vehicles) Standard Group Lock Box For Lockout/tagout (with 1 Padlock) Composite Insulating Gloves, Class 0 Insulation Tester (1000v/2gω, Cat Iii 1000v, Cat Iv 600v) Charging Station For Pev And Phev Sideways Training Panel Frame Extension Two-pole Voltage Tester, 12-690v/ac/dc Cat Iii 690v, Cat Iv 600v Extended Safety Equipment For Diagnostics On Hv Vehicles Includes Safety Helmet, Face Shield, Balaclava, Insulating Stand Mat And Other Ppes Suited For The Experiment Fiber Pole For High Voltage Systems Protection Cover For Unit Experiment Trolleys Monitor Holder For Flat Screen Monitor Of Weight Up To 15kg/33lbs Hv Safety 2000 2 System 1 Set Car Train Interface With Virtual Instruments Car Train Experimenter Car Train Measurement Accessories, Shunts And Connection Cables Computer-based Training And Experimentation System Multimedia Combines Cognitive And Hands-on (haptic) Training Units Areas Of Basic And Advanced Electrical Engineering, Electronics And Automotive Technology Labsoft, An Open Experiment Delivery Platform Courses Teach The Theoretical Building Blocks And Provide Experiments Intelligent Measurement Interface Supplies Analog And Digital Measuring And Control I/o High Quality Item Of Laboratory Equipment With Virtual Instruments Vehicle Stabilization Systems - Abs, Esc And Tcs Course: Vehicle Stabilization Systems - Abs, Esc And Tcs Car Train Storage Case For Experiment Board Terms And Conditions: 1. Bidder Should Provide 1 To 2 Years Full Warranty On Parts And Labor 2. Delivery Period: 120 Calendar Days 3. Bidder Should Provide Continuous Free Training And Maintenance During Warranty Period. 4. Bidder Should Submit 100% Credit Line Certificate Equivalent To Approved Budget Ceiling 5. Bidder Should Perform The Site Inspection, Site Inspection Certificate Issued By The End User Shall Be Part Of The Eligibility Requirements 6. The Bidder Must Provide Instructional Manual, Brochures And Assembly Drawings Of Unit. 7. Provide Extra Consumables (wire, Connection Ports, Extra Sockets And Cables, Ferrules, Crimper, Wire Cutter) 8. Lifetime Software License. The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 27 Million (USD 465.5 K)
National Irrigation Administration Tender
Software and IT Solutions...+1Machinery and Tools
Philippines
Details: Description December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager Juri Electronic Gadgets & Accessories Trading Sta. Cruz, Laguna Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager Ledtronix Electronic Parts And Equipment Trading Acacia St., Liboton, Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager 3gx Computer & It Solutions Technoshop Elias Angeles, Naga, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date
Closing Date8 Jan 2025
Tender AmountPHP 465 K (USD 8 K)
George County Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Details: Request For Proposals (rfp) For 911 Dispatch Radio System Notice Is Hereby Given That Board Of Supervisors Of George County, Mississippi, Will Receive Electronic And Sealed Proposals In The Board Room, George County Administrative Building, 329 Ratliff Street, Lucedale, Ms, 39452, Until 10:00 A.m. On Monday, The 9th Of December, 2024, For The Following: P25 Digital Trucked Radio System To Improve George County’s 911 Dispatch & Emergency Communication Center. Proposals Are Invited For All Materials, Labor, Tolls, And Services Necessary To Construct, Install, And Connect: P25 700/800 Mhz Digital Trucked Radio System 911 Dispatch Consoles For A P25 System With Video Displays, Furniture, And Cabling Radio Equipment For Portable, Mobiles, Control Stations The Entire 151 Pages Rfp, Including Contract Terms, Drawings And Specifications, Are On File At The George County Administrative Office At 329 Ratliff Street, Lucedale, Ms 39452, (601) 947-7506 During Regular Business Hours. The Official Request For Proposals (rfp) And Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. All Electronic Rfp Responses, Including The Point-by-point Response And Associated Attachments, Should All Be Submitted Via The Responsive.io Website. All Printed And Sealed Rfp Proposals, Including Point-by-point Responses And Attachments, Should Be Mailed Or Delivered To The Chancery Clerk At 355 Cox Street, Lucedale, Ms 39452. All Bid Envelopes Should Contain The Bidder’s Name And Mailing Address On The Outside Of The Envelope And Reference To This Rfp. A Mandatory Pre-proposal Conference And Site Visit For All Interested Vendors Will Be Held Wednesday, Nov. 06, 2024 At 10 A.m. Starting In The County Administration Building (329 Ratliff Street, Lucedale, Ms). The Rfp Response Shall Be Divided Into Two Sections: 1) Technical And 2) Pricing. All Rfp Responses Including The Point-by-point Response And Associated Attachments Should All Be Submitted Via The Responsive.io/george County, Ms Radio System Rfp. To Keep The Technical Proposals And Pricing Proposals Separate, Vendors Must Submit These Section Responses Separately To The Corresponding Rfp. The Technical Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/technical. The Pricing Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/pricing. Do Not Put Your Price In The Technical Proposal Or The Entire Proposal Will Be Disqualified. Computer Aided Dispatch (cad) Software Will Not Be Included In This Rfp. To Access The Rfp Technical Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-sectionhttp://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-section To Access The Separate Pricing Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_670d5ea4f0f5cd5c4ee215d6/george-county-mississippi-pricing The Rfp Opening Of The Pricing Proposal Will Be Public. The County Will Discuss And Accept Proposal Recommendations At The Next Regular Scheduled Board Meeting. All Submitting Vendors Will Be Notified Of The Results. All Rfp Responses Become Property Of The County. For Any Questions Relating To The Electronic Process, Please Email Bos@georgecountyms.us. The Project’s Anticipated Time Of Completion Of Procurement For Phase 1 Through 3 In No Greater Than Six (6) Months Following The County’s Written Order To Commence (notice To Proceed). The Maximum Time Allowable For Completion Of Phase 1 Through Phase 3 Is Three Hundred Sixty-five (365) Calendar Days Following The County's Written Order To Commence. The Project’s Anticipated Time For Completion Of Procurement For Phase 4 Is Not Greater Than Eighteen (18) Months From Notice To Proceed. The Project Will Not Be Deemed Completed Until All Radio Equipment Has Been Installed; All Training Has Been Completed; Receipt Of Configuration Documentation Has Occurred; And A Certificate Of Substantial Completion Has Been Issued By The Consultant For Any Remaining Punch List Items. Proposals Must Be Accompanied By A “proposal Guarantee” Consisting Of A Bid Bond, Cashier’s Check Or Certified Check In The Amount Of 5 Percent Of The Amount Of The Bid. The Successful Bidder Will Be Required To Furnish A “payment And Performance Bond” If The Bid Equals Or Exceeds $25,000. On Bids Which Equal Or Exceed $75,000; A “certificate Of Responsibility” Classification Issued By The Mississippi State Board Of Contractors Will Be Stated In The Electronic Response Under Vendor Info Or Vendor Certifications Or Written On The Outside Of The Sealed Envelope Containing The Responses. The Ability To Obtain Any Insurance Required By The Contract Documents Which Does Not Require Proof Of Coverage To Be Contained In The Submitted Bid (such As Bid Bonds), Must Be Demonstrated In The Bid By The Means Specified In The Contract Documents. Proof Of Actual Insurance Coverage Must Be Submitted Within Five (5) Business Days From The Bid Acceptance. In Compliance With The Laws Of The State Of Mississippi, In Choosing Materials For The Project, The Successful Bidder Will Be Given Preference To Materials Grown, Produced, Prepared, Made Or Manufactured Within The State Of Mississippi. The Foregoing Notwithstanding, No Preference Will Be Given To Materials Grown, Produced, Prepared, Made Or Manufactured In The State Of Mississippi When Other Materials Of Like Quality Produced Outside The State Of Mississippi May Be Purchased Or Secured At Less Cost, Or Any Other Materials Of Better Quality Produced Outside The State Of Mississippi Can Be Secured At A Reasonable Cost. Bids May Be Held By George County, Mississippi, For A Period Not To Exceed Sixty (60) Days From The Date Of The Opening Of Bids For The Purpose Of Reviewing The Bids And Investigating The Qualifications Of Bidders, Prior To Awarding Of The Contract. The County Reserves The Right To Reject Any And All Bids And To Waive Any Informality In The Proposal Accepted. All Persons Having A Contract With George County Must Adhere To The County's Policy Concerning Non?discrimination Without Regard To Race, Creed, Color, Age, Sex, National Origin, Or Handicap. The George County Board Of Supervisors Approved This Rfp For Public Publication And Posting On 7th Day Of October, 2024 During A Regularly Schedule Boarding Meeting. Publish Dates: Oct. 17, 2024 And Oct. 24, 2024
Closing Date24 Jan 2025
Tender AmountRefer Documents
Philippine Rural Development Project - PRDP Tender
Automobiles and Auto Parts
Philippines
Details: Description Jan. 27, 2025 Request For Quotation Shopping Instructions: 1. Bidders Are Required To Read The Instructions And Fill All The Blanks Properly. 2. Prospective Bidders/suppliers May Submit Their Own Canvass Form In Accomplishing Their Bid Proposals/quotations Subject To The Condition That The Prdp Rpco 6 Bac’s Official Canvass Form Shall Be Filled Up (with Offered Brand, Unit Price And Total Price), Signed Properly And Attached Together With The Bidder’s/supplier’s Own Canvass Form. (please Write Legibly) 3. Any Erasure Or Alternation In The Unit And/or Total Price Shall Render The Offer Of The Supplier Invalid. 4. Any Specifications Other Than Those Required/stated In This Form Shall Not Be Considered In The Evaluation Of Bids. 5. Quotation(s) Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. The Brand Name/model Of The Offered Item(s)/product(s) Or Services Must Be Indicated, If Applicable/required. 7. Price Quotation(s) Submitted Shall Be Valid Ninety (90) Days From The Deadline Of Submission Of Quotations. 8. Terms Of Payment Within – Fifteen (15) Days After Inspection And Acceptance And Shall Be Made Through Checks. 9. Sealed Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Unit Rpco 6, Dormitory Building, Department Of Agriculture-wesviarc, Hamungaya, Buntatala, Jaro, Iloilo City. Online Or Electronic Submission Should Be Password Protected And Send To Rpco6proc@gmail.com. 10. Awarding Shall Be Done For The Whole Lot. Partial Bids Shall Not Be Allowed. 11. Deadline For Submission Of Bids: Feb. 3, 2025, 12:00 Pm. 12. Validity Of Stocks: 90 Days 13. Delivery Period: Within 60 Days Upon Receipt Of The Signed P.o. 14. Delivery Point: Da – Wesviarc, Prdp Rpco6 Office, Hamungaya, Jaro, Iloilo City 15. The Period Of Submission Of The Following Documents Are As Follows: Document Submission Period* Certified True Copy Of Valid Mayor’s/business Permit Should Be Submitted Upon Submission Of Request For Quotation Certified True Copy Of Philgeps Registration Number (red Or Platinum) Omnibus Sworn Statement 16. Non-receipt Of A Notice Of Award Within A Period Of 30 Calendar Days From The Deadline Of The Submission Of The Rfq Is Presumed That This Offer Is Non-responsive. Pr No.: 2025-0005tf Epc: Php 879,500.00 End-user: Prdp Rpco 6 Solicitation No.: Prdp-rpco-006-g-02-25-af2 Qty Unit Item Description Offered Brand Unit Price Total Price Procurement Of Semi Expandable Ict Equipment For Prdp Rpco6 Official Use. 3 Unit Printer (print, Scan And Copy) Ink Tank System 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) 5760 X 1440 Dpi Resolution 16,000.00 48,000.00 1 Unit Printer Ink Tank System Print Speed Of Up To 9 Ipm (black) And 4.8 Ipm (colour) Ultra High Page Yield Of 4500 Pages (black) And 7500 Pages (colour) 8,000.00 8,000.00 1 Unit Printer Print, Scan, Copy, Fax With Adf 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) 5760 X 1440 Dpi Max Resolution Wi-fi, Wi-fi Direct Borderless Printing Up To 4r 16,500.00 16,500.00 5 Unit 1 Tb Portable Ssd 1050mb/s2 Read And 1000mb/s2 Write Speeds Usb 3.2 Gen 2 Inclusion: Usb-c To Usb-c Cable & Usb-c To Usb-a Adaptor 6,000.00 30,000.00 1 Unit Recorder- 4gb Internal Memory, Expandable To 32gb With Micro Sd; S-microphone System Records Distant Or Quiet Sounds Clearly; Auto Voice Recording Reduces Background Noise W/ Built-in Usb Connector Makes Transferring Files Easy" 4,000.00 4,000.00 6 Set All-in-one Computer Intel Core I3-12100t (2.2 Ghz Base Frequency(2b), Up To 4.1 Ghz With Intel® Turbo Boost Technology(2g), 8 Gb Memory; 512 Gb Ssd Storage, 23.8" Diagonal Fhd Display, Windows 11 Inclusion: Keyboard, Mouse With One Year Warranty 47,000.00 282,000.00 4 Unit Laptop Ryzen 7-7730u/16gb Ram/512gb Ssd/14" Wuxga/win 11 With Complete Accessories And Bag With One Year Warranty 49,000.00 196,000.00 2 Unit Mobile Tablet With Full Cover Tempered Glass Screen Protector, Charger, And Cover Specs: 8/128 Gb, Portable, 5100-7700 Mah Color: Black/gray 25,000.00 50,000.00 8 Unit Communication Device. Network. Technology: Gsm/hdpa/lte/5g. Body. Dimension: 160.9x75x8.2mm(6.33x2.95x0.32in). Weight:209g(7.37 Oz). Display: Amoled, 68b Colors, 120hz, Dolby Vision, Hdr10+,700 Mts (type),1200nits. Size:6.67",107.4 Cm2 (-89.0%) Screen-to-body Ratio). Platform: Os: Android 14, Up To 3 Major Android Upgrades, Hyper Os. Chipset: Quadcomm Sm8586-ab Snapdragon 8 Gen 2 (nm). Memory: ,5162gb 12gb Ram 30,000.00 240,000.00 1 Unit Portable Projector Screen Dimension: 70x70in Fast-fold Tripod White Screen. 5,000.00 5,000.00 Total 879,500.00 For The Bids And Awards Committee Michelle R. Olipendo Geps Posted/da Website/1 Conspicuous Place Joseph Mario D. Llamas Bac Secretariat/procurement Unit Head Submission Of Rfq Signature Over Printed Name Rfq To Be Collected On Rfq To Be Submitted By Supplier Before Deadline The Da Rfo Vi Bids And Awards Committee Wesviarc, Brgy. Buntatala Jaro, Iloilo City Sir/madam: In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understood The Minimum Requirements And Agree To Furnish And/or Deliver In Conformity With Specifications Any Or All Said Articles Described Above Within Date Stipulated Herein _______________________________ ______________________________ _____________________________ Signature Over Printed Name Registered Name Of Company Tax Identification No. __________________________ ___________________________ ____________________________ Telephone Number(s) Address E-mail Address ___________________ Date Accomplished
Closing Date3 Feb 2025
Tender AmountPHP 879.5 K (USD 15 K)
National Irrigation Administration Region Vi Tender
Others
Philippines
Details: Description Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On Not Later Than 10:00 Am Of January 2, 2025, Procurement & Property Unit Nia, Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. (signed) Rebecca F. Grana Bac Chairperson Acting Division Manager Total Approved Budget For The Contract: ₱380,000.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price Supply & Delivery Of The Following: 1 2 Unit Branded Laptop (clerical) Processor: 8 Cores, 12 Threads, And 12 Mb Smart Cache Main Drive: 512 Gb M.2 Pcie Nvme Gpu: Integrated Graphics Memory: 8gb, Ddr4, 3200mhz Display: 15.6 Inch Fhd (1920 X 1080) Anti-glare Led Backlight Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: Hd 720 At 30 Fps Camera With Dual-array Microphones Battery And Power: Integrated, Minimum 54 Wh Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year 2 1 Unit Laptop (special Applications) Processor: 6.0 Ghz Max Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Memory: 16gb Ddr5 Video Card: 8 Gb Ddr6 Vram, Gpu Boost Clock Up To 2080 Mhz Main Drive: 1tb Ssd Display: 16 Inches 2560 X 1600, 240 Hz Ips, 16:10 Ratio Power Supply: Maximum Wattage 330 W Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: 1080p Hd At 60 Fps With Temporal Noise Reduction Battery And Power: Minimum Of 90 Wh 4-cell Li-ion Battery Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year X-x-x-continuation Next Page-x-x-x No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 3 1 Unit Desktop Computer (customized For Special Use) Atx Casing: Support For Up To A 350 Mm Graphics Card, 160 Mm Cpu Cooler, And Up To 200 Mm Psu - With 3 Sets Including Pre-installed Fans And Tempered Glass Side Panel. Power Supply Unit: Ac Input Voltage: 100-240 Volts,750w, 80plus Bronze Standard Motherboard: Socket Lga1700, Dual Channel Ddr4 Memory Module, Pcie 4.0x16 Slot Processor: 5.8ghz Max. Boost Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Cpu Cooler: Heat Sink Material 4 Heat Pipes, Direct Contact, Aluminum Fins, Fan Airflow 42 Cfm (max) Memory Module: 32 Gb,(16gb X2) Ddr4,3600mhz Main Drive: 1tb Pcie 4.0 Nvme M.2 Ssd, Sequential Read/write Speeds Up To 7,450/6,900 Mb/s Storage Drive: 2tb Hdd 3.5 Inch, 5400 Rpm Video Card: Pci Express Gen 4.0,16gb Gddr6, 650w,overclock Mode 2685 Mhz,cuda Core:4352 Monitor: 32-inch Ips, 2560 X 1440 Qhd (quad Hd) 75hz, Color Gamut: Ntsc 72% Operating System: Windows 11 Pro Ups: 1500va/900 Watts Mouse & Keyboard: Standard Wired Keyboard And Mouse Warranty: Minimum Of One (1)year Productivity Software: Microsoft Office Home Business; X-x-x-x-x-x-x-x Delivery Period: _____________calendar Days Validity Period:_____________calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat &1% Ewt/cwt Deduction As Per Ra 9337 " " Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱380,000.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within _seven (7)_ Calendar Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Ordershall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City, Fax No. 033) 329 6596 Or By Email At Niaro6property@yahoo.com.ph 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above.
Closing Date2 Jan 2025
Tender AmountPHP 380 K (USD 6.5 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: 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 Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13.
this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued.
this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond.
description Of Requirements
background
the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build.
objectives
the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts.
scope Of Work
please See The Attached Statement Of Requirements.
delivery Requirements
delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed.
contract Type & Payment Terms
a Firm Fixed Price Purchase Order Is Anticipated.
applicable Provisions And Clauses
please See The Attached Document For Applicable Provisions And Clauses.
question And Answer Period
car 1352.215-73 Inquiries (apr 2010):
quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision).
due Date For Quotations
all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et.
note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.”
instructions To Quoters (addendum To Far 52.212-1)
the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government.
volume 1: Technical Response
this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics.
the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary).
the Technical Response Shall Include:
a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements.
delivery And Training Schedule Information.
volume 2: Price Quotation
this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth.
price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close.
price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty.
to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote.
quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables.
contract Line-item Structure:
responsible Quoters Shall Provide Pricing For The Following Line Item:
line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements
evaluation Criteria And Basis For Award (addendum To Far 52.212-2)
the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered.
upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated.
the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta).
responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements:
(1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document.
(2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.
Closing Date5 Feb 2025
Tender AmountRefer Documents
7381-7390 of 7564 archived Tenders