Computer Tenders

Computer Tenders

DEPARTMENTAL OFFICES USA Tender

United States
Closing Date1 Jan 2025
Tender AmountRefer Documents 
Details: International Public Financial Management Technical Advisor accounting (budget & Financial Accountability Program) the Us Department Of The Treasury, Office Of Technical Assistance (ota), Budget And Financial Accountability Program Is Recruiting Individuals To Serve As Resident (long-term) And Intermittent (short-term) Advisors In The Areas Of Accounting And Financial Reporting. Examples Of Projects May Include Implementing International Public Sector Accounting Standards (ipsas); Updating Policies And Procedures To Account For Fixed Assets; And Implementing Modern Internal Audit Practices. Advisors Provide Support Through Engagement With Counterparts, Who Are Primarily Ministry Of Finance Officials In Developing And Transitioning Countries.advisors Are Individuals Hired Under Personal Services Contracts. This Recruitment Is For Assignments Globally, Requiring Living Overseas Or Significant International Travel. responsibilities And Duties: provide Technical Advice On Accounting Related Issues. draft And Implement New Accounting Laws, Regulations, Standards, And Manuals Applicable To Accounting Policies And Procedures. design And Implement Accounting Processes With Strong Internal Controls For Both Manual And Automated Financial Management Systems. develop And Implement Accounting Transaction Classifications (chart Of Accounts) That Comply With Cash And/or Accrual Basis, International Accounting Standards, Government Finance Statistics (gfs) 2014, And Internal Management Reporting Requirements. design Financial Reports For Improved Communication Of Financial Information. assist In The Implementation Of International Public Sector Accounting Standards (ipsas). assist In The Transition From Cash To Accrual Accounting In Compliance Ipsas. design Accounting Organizations Including Staffing Complements And Job Descriptions. develop And Perform On-the-job And/or Classroom Training In Accounting-related Areas Specific To Public Financial Management. develop Written Reports And Other Documents To Communicate Progress, Updates, Results And Other Information Related To Assigned Tasks And Responsibilities. qualifications: ba In Accounting, Finance, Business Or Related Field Is Required, With A Master’s Degree Preferred. cpa Certification Preferred. 10+ Years’ Experience With Demonstrated And Progressive Financial Management And Leadership Experience Such As A Controller Or Financial Director For A Large Public Sector Organization strong Knowledge Of And Experience With Accounting Concepts, Internal Controls, Businesses Processes, Financial Management Systems, Financial Reporting, And Chart Of Accounts. proficiency In Use Of Personal Computers, Ms Office Products, And General Office Equipment. exceptional Analytical And Problem-solving Skills. strong Communication Skills. self-starter With Demonstrated Leadership Skills With Ability To Work Both Independently And Collaboratively In Teams. ability To Motivate The Client And Build Consensus. flexible And Adaptable To Changing Focus, Approaches, And Circumstances. knowledge Of International Public Sector Accounting Standards. knowledge Of Multilateral And International Financial Institutions And Their Policies And Practices Is Desirable. proficiency In French, Spanish Or Other Languages Is Desirable. background Checks And Security Clearance: Secret. the Advisor Will Work In Developing And Transitional Countries Worldwide To Support U.s. Treasury And U.s. Government Economic And National Security Objectives. The Advisor May Be Deployed To Countries With Elevated Threat Levels, Including Potentially High/critical Threat Posts, As Determined By The U.s. Government. Candidates Must Be U.s. Citizens. salary And Benefits: Salaries Will Be Negotiated In Accordance With Program Regulations Prescribed By The Office Of Technical Assistance Not To Exceed The Senior Executive Service Ex-iii Hourly Equivalent. The Current Starting Hourly Rate Is From $78.56 To $97.70 Per Hour. Overseas Benefits Are Provided As Allowed By Federal Regulations. successful Applicants Must Be Able To Obtain State Department Medical Clearance For Worldwide Travel. If Selected, The Applicant Will Be Required To Fulfill Office Of Government Ethics Financial Disclosure Requirements. how To Apply: Applicants Should Submit A Cover Letter And Resume By E-mail To: Recruitment@ota.treas.gov. For Consideration, Emailed Applications Should Not Be Sent, Or Contain A Cc, To Any Ota, Irs, Or Other Government Personnel Or Email Address. please Reference Solicitation 2032k824r00021 On Your Cover Letter And Resume. When Emailing, The Subject Line Must Contain The Following: Solicitation 2032k824r00021 – Budget Advisor (accounting) - Applicant’s Last Name, First Name. Emails Received Not Containing This Subject Line Will Be Deemed Non-responsive, And Thus, Will Not Be Forwarded To The Program Office/selection Official(s) For Consideration. no Phone Calls Please And No Hand Carries. This Announcement Is Open And Continuous Until December 31, 2024, Although Selections May Be Made In Advance Of That Date. the U.s. Government Is An Equal Opportunity Employer

University Of The Philippines Tender

Software and IT Solutions
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 28.7 Million (USD 490.2 K)
Details: Description Terms Of Reference Supply, Delivery, Installation And Commissioning Of Cloud-based Endpoint Security Solution For Up Manila 1. Background Of The Item To Be Procured 1.1. General Overview Of The Procurement Project This Project Aims To Address The Need For A More Robust Cybersecurity Infrastructure In The University. Since, There Are Many Devices And Servers In Up Manila Handling Sensitive Data (both At Rest And In-transit), There Is A Need To Procure A Comprehensive, Cloud-based Antivirus Solution To Safeguard Against Malware, Viruses, And Other Cyber Threats, Ensuring Data Integrity And Security Across All Offices Of Up Manila. 1.2. Brief Description Of The Item Procured The Project Aims To Procure Licenses For Cloud-based Endpoint Security Intended To Secure Devices And Servers To Ensure That Data At Rest And In-transit Are Secure From All Types Of Cyber Threats. Furthermore, Realizing The Gaps In Personnel And Resources, A Managed Detection And Response (mdr)-based Endpoint Security Solution Will Be Procured. 1.3. Project Cost 1.3.1. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Twenty-eight Million, Seven Hundred Forty-eight Thousand Pesos Only (php 28,748,000.00). The Breakdown Of The Cost Is As Follows: Description Count Estimated Price Total Price License For Desktops/laptops (36 Months Minimum) 1,300 Php 21,500.00 Php 27,950,000.00 License For Servers (36 Months Minimum) 19 Php 42,000.00 Php 798,000.00 2. Purpose Of The Procurement 2.1. Rationale With The Increasing Amount Of Cybersecurity Threats And Malicious Actors In Cyberspace, There Is A Need To Provide Protection At The Endpoint Level For Computer Data Stored At Rest And When In Transit Within The Up Manila Network. This Is Desperately Needed As Up Manila, An Academic Institution, Handles Highly Sensitive Government And Personal Data, Including But Not Limited To, Student Grades, Faculty Profiles, Procurement Contracts, Etc. The Lack Of An Endpoint Security Solution Leaves Us Vulnerable To Security Threats, And May End Up In Situations Similar To The Recent Happenings In Certain Government And Academic Institutions. 3. Mode Of Procurement The Mode Of Procurement Will Follow Competitive Bidding In Accordance With The Provisions Of R.a. 9184, Otherwise Known As The Government Procurement Reform Act. 4. Nature Of Procurement Goods And Services, Including Software And Licenses. 5. Scope Of Work And Technical Specifications 5.1. Scope Description Number Of Licenses Desktops/laptops 1,300 Server / Vm’s 19 5.1.1. Installation, Testing And Commisioning Of A Cloud-based Endpoint Security Solution For Computer Units And Servers Of Up Manila. 5.1.2. Must Be Able To Provide The Following Services: 5.1.2.1. 24/7 Expert-led Threat Monitoring And Response 5.1.2.2. Compatible With Third-party Security Products 5.1.2.3. Weekly And Monthly Reporting 5.1.2.4. Monthly Intelligence Briefing That Provides Insights Into The Latest Threat Intelligence And Security Best Practices. 5.1.2.5. Account Health Check 5.1.2.6. Expert-led Threat Hunting 5.1.2.7. Threat Containment: Attacks Are Interrupted, Preventing Spread 5.1.2.8. Uses Full Xdr Agent (protection, Detection, And Response) Or Xdr Sensor (detection And Response) 5.1.2.9. Direct Call-in Support During Active Incidents 5.2. Technical Specifications 5.2.1. Multi-platform Support • Supports Windows 11 With Backward Compatibility, Mac And Linux. • Endpoint Protection For Windows, Mac, And Linux Machines Must Be Managed From One Management Console. 5.2.2. 24/7 Threat Detection And Response • Must Have A Fully Managed 24/7 Service Delivered By Experts Who Detect And Respond To Cyberattacks Targeting Your Computers, Servers, Networks, Cloud Workloads, Email Accounts, And More. 5.2.3. Cybersecurity Delivered As A Service Enabled By Extended Detection And Response (xdr) Capabilities That Provide Complete Security Coverage Wherever Your Data Reside, The Mdr Service Must Be Able To: • Detect More Cyber Threats Than Security Tools Can Identify On Their Own • Must Have Tools That Automatically Block 99.98% Of Threats, Which Enables Mdr Analysts To Focus On Hunting The Most Sophisticated Attackers That Can Only Be Detected And Stopped By A Highly Trained Human. • Take Action On Behalf Of The Ims To Stop Threats From Disrupting Business Operations • Mdr Analysts Detect, Investigate, And Respond To Threats In Minutes — Whether You Need A Full-scale Incident Response Or Help Making Accurate Decisions. 5.2.4. Machine-accelerated Human Response Must Be Able To Fuse Machine Learning Technology And Expert Analysis For Improved Threat Hunting And Detection, Deeper Investigation Of Alerts, And Targeted Actions To Eliminate Threats With Speed And Precision. 5.2.5. Service Level Targets (slts) Must Have Established Slts To Ensure That The Team Is Meeting The Ims’ Expectations And Providing The Best Security Service To Protect The University. Slts Are Designed To Provide Guidelines Around Timing Expectations For Case Creation And Response Actions Resulting From Investigations. Must Have The Following Slts: • Target Time For Case Creation - 2 Minutes From Detection • Target Time For Initial Response Action - 30 Minutes From Case Creation 5.2.6. Integrated Management • Must Have A Unified Console For Managing Multiple Products Such As Advanced Endpoint Protection, Email Gateway, Server Security, Mobile Control, Network Firewall, Wireless, Encryption, Public Cloud Protection, Xdr, And Managed Detection & Response. • All Settings For These Products Including Policies Must Be Configured From A Single Management Console Without The Need To Access Additional Consoles. • Windows, Mac, And Linux Machines Must Be Managed From One Management Console. • Detection And Response Features Including Threat Analysis, Threat Detection, Threat Investigation, And Managed Threat Response Dashboard Must Be In A Single Console As The Endpoint & Server Protection And Other Managed Solutions. • Must Have The Option To Set Up A Local Cache Updating Server Within The On-premises Network Environment To Minimize Large Software Engine Update. Relay Must Communicate All Policy And Reporting Data To The Management Console. • Must Have The Option To Set Up A Relay On The Same Server As The Local Cache For Devices That Are Not Connected To The Internet. • Must Have An Option For Update Management Policy To Customize The Day And Time When Product Updates Become Available To All Or Selected Devices. Scheduled Must Not Affect Security Updates, Such As Identities Used To Protect Devices Against New Threats. 5.2.7. Multi-factor Authentication & Role Management • Mfa Must Be Enabled By Default Upon Creation Of Central Management Account. • Must Have The Option To Set Mfa:  All Admins Need Mfa  Select Admins Who Will Need Mfa  No Mfa Needed • Must Have An Option To Have Mfa Using Email, Sms, Google Authenticator, And Native Authenticator (by Proposed Solution). • Must Have The Capability To Customize Admin Roles. • Must Provide Admins The Capability To Assign Predefined Administrative Roles To Users Who Need Access To The Admin Console.  Super Admin  Admin  Help Desk  Read-only 5.2.8. Managed Detection And Response (mdr) Dashboard • Must Have Dashboard That Shows A Summary Of Threats Recently Detected And Investigated. • Must Have An Action Required Banner On The Dashboard That Is Shown When There Is A Notification About An Incident Or Incidents. • The Dashboard Must Have A Cases Section Where Notification Details Can Be Reviewed. • The Dashboard Should Also Include The Following:  Detections By Time Of Day (utc) Heat Map That Shows The Level Of Detections Each Hour.  Total Detections By Operating System That Shows The Number Of Detections For Each Os.  Mitre Att&ck Techniques Chart That Shows A Breakdown Of Attacks According To The Classifications Used In The Mitre Knowledge Base.  Detections Classification Summary That Lists The Five Most Frequently Detected Types Of Malicious Behavior, Along With The Number Of Each.  Most Investigated Devices That Show The Devices We've Investigated Most Frequently.  Active Cases That List Managed Threat Response Cases (investigations Into Potential Threats) That Are Currently Active.  Must Have A Report History Section Where Weekly And Monthly Reports Can Be Accessed And Provide Insights Into Security Investigations, Cyber Threats, And Security Posture. 5.2.9. Threat Response Mode Must Let The Ims Decide And Control How And When Potential Incidents Are Escalated, What Response Actions (if Any) The Ims Wants The Mdr To Take, And Who Should Be Included In Communications. 5.2.10. Collaborate The Collaborate Threat Response Mode Must Send The Ims Notifications Of Observed Activities, And Corresponding Recommendations. The Mdr Ops Team Will Investigate But No Response Actions Will Be Taken Without The Consent Or Active Involvement Of The Ims. Selecting Collaborate Gives You The Option To Have Some Response Actions Performed By The Mdr Ops Team And Others To Be Performed By Your Team Or Another Partner (e.g. An It Managed Service Provider). In This Mode, The Mdr Ops Team Must Receive Written Authorization Before Performing Response Actions. An Option Exists Under Collaborate That Authorizes The Mdr Ops Team To Operate In Authorize Mode If The Principal Does Not Receive An Acknowledgment After Attempting To Reach All Customer Defined Contacts By Phone. 5.2.11. Authorize The Authorize Threat Response Mode Must Send Notifications Of Observed Activities, But The Mdr Ops Team Will Proactively Manage All Containment Actions (with Full Neutralization For Mdr Complete Customers) On Behalf Of The Ims And Inform The Ims Of The Action(s) Taken. Selecting Authorize Means The Ims Want Us To Handle As Much Workload As Possible, Notify The Ims Of The Response Actions Taken, And Only Escalate Things That Require Specific Actions From The Ims That The Principal Is Unable To Take. 5.2.12. Free Integrations Security Data From The Following Sources Can Be Integrated For Use By The Mdr Operations Team At No Additional Cost. Telemetry Sources Are Used To Expand Visibility Across Your Environment, Generate New Threat Detections And Improve The Fidelity Of Existing Threat Detections, Conduct Threat Hunts, And Enable Additional Response Capabilities. Solution Must Be Open And Ready For Integration To Mdr And Management Console Given That The Following Technologies Are Licensed For Their Own Use: • Endpoint Protection, Xdr, Firewall, Cloud, Email Protection • Microsoft Security Tools – Microsoft Defender For Endpoint, Microsoft Defender For Cloud, Microsoft Defender For Cloud Apps, Microsoft Defender For Identity, Identity Protection (azure Ad), Microsoft Azure Sentinel, Office 365 Security And Compliance Center • Third-party Endpoint Protection – Compatible With: Microsoft, Crowdstrike, Sentinel One, Trend Micro, Blackberry (cylance), Broadcom (symantec) • 90-days Data Retention 5.2.13. Mdr Guided Onboarding Mdr Guided Onboarding Should Be Available For Remote Onboarding Assistance. This Service Provides Hands-on Support For A Smooth And Efficient Deployment, Ensures Best Practice Configurations, And Delivers Training To Maximize The Value Of The Mdr Service Investment. Ims Should Be Provided A Dedicated Contact From The Vendor Who Will Be With The Team Through The First 90 Days To Make Sure The Implementation Is A Success. Mdr Guided Onboarding Includes: Day 1 - Implementation: • Project Kick-off • Configuration • Build And Test The Deployment Process • Configure Mdr Integrations • Configure Vendor Ndr Sensor(s) • Enterprise-wide Deployment Day 30 - Xdr Training • Learn How To Think And Act Like A Security Operations Center • Understand How To Hunt For Indicators Of Compromise • Gain An Understanding Of Vendor Xdr Platform For Administrative Tasks • Learn To Construct Queries For Future Investigations Day 90 - Security Posture Assessment • Review Current Policies For Best Practice Recommendations • Discuss Features That Are Not In Use That Could Provide Additional Protection • Security Assessment Following Nist Framework • Receive Summary Report With Recommendations From Our Review 6. Deliverables/expected Outputs 6.1. Licenses 6.2. Staff Trained For Xdr 6.3. Documentation (user Manuals, Technical Manuals, Etc.) 7. Internal Implementation Steps 7.1. Vendor Selection Create Terms Of Reference, Plans, And Other Pertinent Documents. Conduct The Bidding Process And Select The Vendor That Is Capable Of Supplying The Needs Of The Project In Accordance With The Terms Of Reference. 7.2. Site Preparation Prepare Guidelines/memoranda On The Deployment And Mandating Of Use Of The Endpoint Security Solution. 7.3. Configuration And Deployment Configure Admin-side Tools And Deploy The Solution To All End Users. 7.4. Staff Training Select Ims Staff Will Undergo Xdr Training. 7.5. Monitoring And Assessment Determine Extent Of Deployment And Compliance. Review Security Policies And Conduct Security Assessment Following The Nist Framework Post-deployment. 8. Internal Responsibilities 8.1. Information Management Service (ims) 8.1.1. Site Preparation 8.1.2. Configuration And Deployment 8.1.3. Monitoring And Assessment 8.2. Human Resource And Development Office (hrdo) 8.2.1. Provide Ims With Updated List Of All Employees (faculty, Staff, Reps, Including Cos/jo) 8.3. Upm Faculty, Staff, And Reps (including Jo/cos) 8.3.1. Compliance With Memoranda, Policies, And Guidelines 8.3.2. Installation Of Software 9. Terms And Conditions 9.1. Indicate Brand, Model, And Country Of Origin. 9.2. Delivery Period – Ninety (90) Calendar Days Upon Acceptance Of Notice To Proceed (ntp). 9.3. Certification From At Least One (1) Government And/or Private Agencies Within Metro Manila Or The Philippines That They Have Been Supplied With The Same Brand Being Offered For At Least One Thousand (1000) Licenses. 9.4. List Of Projects In The Existing/ongoing Contracts And Project Cited In The Single Largest Completed Contract (slcc) Must Be Security-related Solutions (e.g. Firewalls, Endpoint Security, Etc.) 9.5. Notarized Certification From The Manufacturer And Bidder/contractor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Upon Here Will Be Honored By The Principal Manufacturer. 9.6. Notarized Certification That The Contractor/bidder And The Manufacturer Have Been In Business Relationship Of Providing That Said Product For At Least Five (5) Years. 9.7. Certificate Issued By The Product’s Principal Manufacturer Should Be Provided Indicating That The Contractor Is An Authorized Partner Of The Product Being Offered. 9.8. Certification That The Contractor Has At Least (2) Certified Engineers Issued By The Product’s Principal Manufacturer. 9.9. Manufacture And Warranty Certificate Issued By The Product’s Principal Manufacturer. 9.10. Certificate For Platinum Partner Of Product Being Offered Or Equivalent Issued By The Principal Manufacturer. 9.11. Contractor Must Have Information Technology Infrastructure Library (itil)- Certified Personnel To Guarantee Its Capability To Run Successful It- Enabled Products And Services. 9.12. Contractor Must Have Project Management Professional – Must Provide At Least Certificate Of Completion. 9.13. Other Inclusions – License Keys, Media Kit, Documentation In Hard And Soft Copies (as Applicable), Installation, Configuration And Testing. 9.14. One (1) Day Comprehensive Training Conducted By The Principal Manufacturer. 9.15. Three (3) Day Basic Knowledge Transfer Conducted By The Contractor For Five (5) Technical Staff On-site 9.16. Acceptance Parameters – Visual Inspection And Functional Testing 9.17. Payment Terms – Full Payment Upon Acceptance By The End-user. 9.18. Contract/license Period – At Least Thirty-six (36) Months For The Initial Contract, Renewable Annually Subject To R.a. 9184. 9.19. Additional Requirements For The Principal Manufacturer: 9.19.1. Principal Manufacturer Must Have A Cross-operational Unit That Will Link Together Threat Labs, Security Operations Team, And Ai Team To Better Defend From Increasing Complex Cyberattacks. This Operations Team Must Follow Its Own Investigative Framework Including Observation, Orientation, Decision, And Action Loop For Efficient Investigation And Response To Threats. Support Team Must Also Include Security Experts Such As Threat Analyts, Malware Analysts, Incident Responders, Data Scientists, And Threat Researchers. 9.19.2. Principal Manufacturer Must Have An Expert Team That Stops Advanced Human-led Attacks And Can Take Action To Neutralize Threats Before They Can Disrupt Business Operations Or Compromise Sensitive Data. It Must Be Customizable With Different Service Tiers And Can Be Delivered Via Vendor- Proprietary Technology Or Using Existing Cybersecurity Technology Investments. This Includes Endpoint Ransomware Protection Against Both Local And Remote Threats. 9.19.3. Principal Manufacturer Must Be The Highest Rated And Most Reviewed Mdr Solution On Gartner Peer Insights. 9.19.4. Principal Manufacturer Must Be Rated A Leader Across All Five Cybersecurity Categories In G2’s Spring 2023 Report. 9.19.5. Principal Manufacturer Must Be Named The Top Overall Mdr Solution By G2 In Their Winter 2023 Report. 9.19.6. Principal Manufacturer Must Not Have Had Any Major Incident That Resulted In Significant Downtime. 10. General Contract Conditions In Addition To Relevant Provisions Of R.a. 9184, The Following Shall Be Considered Additional Contract Conditions: 10.1. Contract Documents The Complete Contract Between The Contractor And The Up Manila Includes The Following Documents As Applicable: The Advertisement For Bids, The Complete Request For Proposal (or This Terms Of Reference), The Bid Of The Contractor And Its Acceptance By The Up Manila, The Contractor’s Bid Bond, The Contract And All Amendments Thereto. Any Of These Documents Shall Be Interpreted To Include All Provisions Of Other Documents As Though Fully Set Forth Therein. 10.2. Liquidated Damages Time Is Of The Essence For Completion Of This Project. It Would Be Difficult Or Impractical To Determine Actual Damages Arising From The Contractor’s Failure To Complete The Service Within The Specified Installation Time. Therefore, If Through No Fault Of The Up Manila, The Contractor Fails To Complete The Installation Within The Period Specified In The Contract, Then The Contractor Shall Pay The Up Manila Liquidated Damages Computed In Accordance With The Provisions Of R.a. 9184. Liquidated Damages May Be Deducted By The Up Manila From Monies Due The Contractor Under The Contract. 10.3. Contract Period This Agreement Shall Remain In Effect During The License Period Unless Otherwise Pre-terminated By Either Party In Writing Thirty (30) Days Prior To Expiry Of This Agreement. This Agreement May Be Extended At The Option Of The Client, Or Renewed For An Additional Period Subject To Terms Mutually Agreeable To Both Parties Subject To R.a. 9184. 10.4. Termination For Cause Either Party May Terminate This Agreement For Cause As Follows: Upon Providing Written Notice To The Other Party If The Other Party Breaches Any Material Term Or Condition Of This Agreement And Such Breach Remains Uncorrected For Thirty (30) Days Following The Written Notice From The Non-breaching Party Specifying The Breach; Or By Providing Written Notice To The Other Party At Any Time If The Other Party (a) Terminates Or Suspends Its Business; (b) Becomes Subject To Any Bankruptcy Or Insolvency; (c) Becomes Insolvent Or Subject To Direct Control By A Trustee, Receiver Or Similar Authority; Or (d) Has Wound Up Or Liquidated, Voluntarily Or Otherwise. 10.5. Effect Of Termination In The Event Of Termination Of This Agreement For Any Reason: The Client Shall Remain Liable To Provider For All Service Fees Accrued Prior To Such Termination. The Provisions Of Data Privacy And Confidentiality Shall Survive The Termination Of This Agreement. 10.6. Basis Of Award The Evaluation Of The Bids And Proposals And Ultimately The Vendor Award Is Based On The Technical Specifications, And The Terms And Conditions. The Lowest Calculated And Responsive Bid That Meet All Technical Specifications, And The Terms And Conditions Will Be Selected In Accordance With R.a. 9184. 10.7. Confidentiality Provider Agrees That It Is Absolutely Prohibited To Disclose, Release, Sell Information, Or Allow Other Parties To Obtain A Copy Of Any Data From The System For Any Purpose Other Than That Permitted Or As Required By Law. 10.8. Data Ownership Provider Agrees That All The Client’s Data That Are In Provider’s Care Or Custody Are Rightfully Owned By The Client Even After The Termination Of This Agreement. Upon Termination Or Expiration Of The Agreement, Provider Shall Turn Over All Data To The Client And Destroy And Not Retain Any Copy Thereof.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Page 2 Of 2 this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs). the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357. scope Of Work lease Of Mail Metering Machines And Package Tracking Equipment/software. the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software. 1. Background: the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant. c. Periods Of Performance: base Period: April 1, 2025 Through March 31, 2026 option Year 1: April 1, 2026 Through March 31, 2027 option Year 2: April 1, 2027 Through March 31, 2028 option Year 3: April 1, 2028 Through March 31, 2029 option Year 4: April 1, 2029 Through March 31, 2030 2. Mail Meter Equipment Features a. Features Of Digital Mailing System Seeking To Lease: b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis. c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month. e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches): mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder. stand-alone Meter With Federal Funding Capability. stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale. schedule 48 Rates Are Required. multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments. electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning. automatic And Manually Selectable Date Advance. minimum Processing Speed - 125 Letters Per Minute. power Stacking. interfaced Scale Automatically Setting Meter For Correct Postage. ssl Encrypted Communication. an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items. departmental/categories Accounting With Report Printer. open/closed Flap Sealing. fifteen-inch Touch Screen Display. automatic Gum Label Dispenser. 4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing. ability To Export, Both Locally And Digitally, Encrypted Customized Reports. weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating. online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount. provide Operational Stand/table. must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus). usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail). must Be Fips And Ato Compliant equipment ix9conveyor Ix-9 Conveyor Stacker 2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module 2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways 2 Ixwp30 Ix 30lb Weighing Platforms 2 Ixdu300 300 Department Upgrade 2 Ds85i-inte3hcf 3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License 1 Idstc51 Zebra Tc52 Scanner W/camera 10 Idstcwallchar Tc52/57 Power Supply/wall Charger 10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included. 10 Idstc-5156boot Tc52/57 Protective Boot 10 Idstc-5156batt Tc52/57 4300 Mah Battery 10 Idstcstylus3pk Tc52/57 Stylus 3 Pack 4 Idsws-n Wireless Barcode Scanner 3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle. 3 Intra Enterprise Software Subscription By Sc Logic. g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To: vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom. all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect. periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads). response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads). ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours). training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract). meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility. 3. Parcel Tracking Equipment Features a. The Parcel Tracking Software Will Require The Following Features For Each Campus: parcel Tracking Software counter Signature Pad low To Mid Volume 4 In. Label Printer cordless Scanner single Bay Cradle/battery Charger For Handheld Scanner (2 Each) basic Operator Training Up To 4 Hrs. (2 Operators) pc W/ Flat Panel Monitor b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following: assistance With Disaster Recovery Including Viruses & Hard Disk Failure. end User Web Ex And Diagnostic Assistance Sessions. inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers. system Configuration Concerns & Questions. assistance With Hardware System Upgrades And Recommendations For Integration. changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations. direct Access To Software Development Staff, Discounted On-site Technical Support. methods To Modify Report Templates To Support Management Decision Making. c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered. item Information: Brand Name Or Equal item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse. 0002 12.00 Mo _________________ software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic. __________________ 0002 12.00 Mo ___________________ servicing And Maintenance Of Equipment __________________ grand Total __________________ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Description: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Movers, Furniture And Office Equipment And Storage Scope This Invitation To Tender Consists Of Moving Services As Per The Attached Specifications On Behalf Of The Department Of Transportation And Infrastructure, For A Period Of Two (2) Years From February 1, 2025 Until January 31, 2027 With The Option To Renew For Two (2) Additional One (1) Year Periods In One (1) Year Increments Upon Written Agreement By Both Parties. Option Year Pricing Shall Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index. Contract Award Criteria Contract Will Be Awarded To The Lowest Compliant Bid Which Meets The Requirements Detailed Within The Attached Specifications For Items 3 To 13 Of The Tender Documents. The Criteria For Awarding This Tender Will Be Based On The Total Lowest Compliant Bid Of The Hourly Rates (both Regular And Overtime, Items 3 Through 13) Required To Perform The Work. Note See Appendices A, B & C Located In The Attached Specification. Requirements Prior To Award, References, Criminal Record Checks, Insurance And Worksafe Nb Registered And In Good Standing, Will Be Required As Per Section 4, 9, 15 And 16 Respectively. Prior To Award, Appendix "c" (located In Specifications) Must Be Completed And Submitted. It Is Recommended To Submit The Completed Document With Your Bid Submission. How To Fill In Pricing There Are No Additional Pricing Sheets To Be Completed With This Bid. Vendors Should Bid Directly On This Invitation To Tender. How To Fill In Pricing: Unit Price = Price Per Hour The Price Bid Shall Not Include Hst. Vendors Are Required To Sign And Date Their Bid In The Space Provided Below Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: Disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. this Sources Sought Is A Market Research Tool Being Used To Determine Potential And Eligible Business Firms That Are Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Existing Contract Was Previously Competed, However, Only One Response Was Received. The Government Would Like To Ensure That There Is Adequate Competition For This Procurement. Additionally, The Results Of This Sources Sought Will Also Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Interested Large And Small Businesses Are Encouraged To Respond With A Capability Statement, But Only Those Businesses Or Teaming Arrangements That Are Considered Small Under Naics 541330-1 Will Be Considered For Small Business Set-aside Decisions. introduction the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) At Patuxent River, Md Announces Its Intention To Procure, On A Competitive Basis, The Services Necessary To Provide The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. Further Detail Is Provided In The Draft Performance Work Statement (pws)/statement Of Work (sow) Attached To This Synopsis (attachment 1). The Services Are Currently Being Performed By Bae Systems Technology Solutions & Services Of Rockville, Md Under N00421-20-c-0003. The Current Contract Is Cost-plus Fixed Fee (cpff) Containing Both Performance Based Completion Clins And Level-of-effort (loe) Clins. The Current Contract Supports Initiation Of Radio Communication Systems (rcs) Throuh Fy 2026. This Contract Will Be For The Initiation Of Rcs Through Fy 2025. This Contract Is Due To Expire 26-june-2026. program Background as The Organic Lead Systems Integrator® (olsi®) For The Naval Air Warfare Center Aircraft Division (nawcad), Webster Outlying Field (wolf) Operates Under A Product-based Business Model Whereby Nawcad Wolf Civilians Lead And Manage The Execution Of The Requirements With Combined Government-industry Teams. Using This Olsi® Approach, The Government Maintains Control Of Intellectual Property And Data Rights, Enabling Wolf To Rapidly Adapt Solutions To The Dynamic Needs Of The Warfighter. the Nawcad Wolf Ship & Air Integrated Warfare (saiw) Division Is The Olsi® Providing Design, Procurement, Integration, Testing, And Training Of Command, Control, Communications, Computers, And Intelligence (c4i) Electronic Systems That Meet The Requirements Of The United States Navy Operating Forces. The Saiw Division, Operating Under The Olsi® Model, Has Requirements To Design, Procure, Integrate, Test, Train, Deliver And Support C4i Electronic Radio Communication Systems (rcss) For Ships Of The United States Navy Including Aegis Destroyers And Cruisers, Amphibious Assault Ships, Aircraft Carriers, Sea-lift Ships, And Other Surface Combatant And Comparable Ships. This Performance Work Statement (pws)/statement Of Work (sow) Provides The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. industry Day Information: Nawcad Wolf Saiw Division Intends To Hold An Industry Day At Building 8225, 17134 Webster Field Road, Webster Naval Outlying Field, St. Inigoes, Md 20684, On 23-jan-2025.the Industry Day Will Start At 8:00 Am Eastern Standard Time (est). This Scheduled Industry Day Will Enable Potential Offerors To Further Understand The History Behind The Nawcad Saiw Division And Aegis Acquisition Strategy And Requirement. Attendance At The Industry Day Is Not A Requirement And In No Way Affects Any Company From Submitting A Response To This Sources Sought Notice And/or A Proposal In Response To Any Forthcoming Solicitation. To Register For This Industry Day, Please Send An Email To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil By 12:00 Pm Est On 16 Jan 2025. The Email Must Provide The Business Name, Address, Attendee Name(s), A Point Of Contact Phone Number And Email Address. If You Do Not Have Access To Base, A Completed Visitor Base Access Request Form (attachment 5) Will Also Be Required. The Subject Line Of The Email Should Read "aegis Industry Day". Specifics, Including Directions, Agenda, Question Forms, And Ground Rules Will Be Provided Via Email Upon Approved Registration. Due To Space Limitations, No More Than Two (2) Representatives From Each Potential Offeror Will Be Permitted To Attend The Industry Day. All Attendees Must Be U.s. Citizens. This Industry Day Will Not Be Rescheduled In The Case That It Is Cancelled Due To Weather Or Any Other Acts Of God. requirements please Review Attachment 1, Draft Pws/sow, Attachment 2, Draft Hours, And Attachment 3, Hull Info. If Your Company Has Any Questions About The Pws/sow, Hull Info, Or Any Areas That May Need Further Explanation, Please Also Identify Those In The Response. The Labor Categories Anticipated To Execute The Contemplated Effort Are Included In Attachment 2, Draft Hours. since The Resultant Contract Will Be A Cost-type Effort, The Successful Awardee Will Also Be Required To Have A Government Approved Accounting System Upon Award. all Contractors That Propose Must Either Have Or Be Able To Obtain A Top Secret Facility Clearance. A Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have A “top Secret” Facility Clearance And A “secret” Safeguarding Clearance. eligibility the Applicable North American Industry Classification System (naics) Code For This Requirement Is 541330-1 Engineering Services With A Small Business Size Standard Of $47 Million. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. The Product Service Code (psc) For This Effort Will Be N020 - Installation Of Equipment- Ship And Marine Equipment. place Of Performance place Of Performance Percentage Of Total Effort % On-site Government % Off-site Contractor wolf St. Ingioes, Md 100% 36% 64% anticipated Contract Type the Requirement Is Anticipated To Be A C Type Contract With Cpff Completion And Cpff Loe/term Contract Line Item Numbers (clins) For Labor And Cost Reimbursable Clins For Other Direct Costs (odcs). The Proposed Contract Is Anticipated To Include Tasking And Labor Categories That Are Subject To The Service Contract Act. anticipated Period Of Performance it Is Anticipated That The Resultant Contract Will Have A Nine-year Period Of Performance And A 6-month Optional Extension (far 52.217-8). it Is Anticipated Performance Will Commence Approximately In June 2026. the Performance Based Completion Clins Will Be For Rcs Production Hulls And The Non-performance Based Loe Clins Will Be For Engineering, Program Management, And Training. As Shown In Attachment 3, It Is Anticipated That Each Performance Period Consist Of 3 Hulls; For A Total Of 15 Hulls For The Entire Effort. For Each Hull, The Performance Period Of Completion Is Approximately 5 Years; Resulting In An Anticipated 9 Year Contract. the Estimated Manhours Hours By Clin Type Are As Follows: for The Completion Clins, 1,363,950 Manhours for The Loe Clins, 1,309,200 Manhours submittal Information it Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 15 Pages In Length, Single Spaced, 12 Point Font Minimum) Demonstrating The Ability To Perform The Effort Listed In The Attached Draft Pws/sow, Attachment 1. This Documentation Must Address, At A Minimum, The Following: title Of The Pws/sow To Which You Are Responding; 2. Company Profile To Include Number Of Employees, Annual Revenue History, Office Location(s), Cage Code, Duns Number, And A Statement Regarding Current Small/large Business Status; 3. Respondents To This Notice Must Also Indicate Whether They Qualify As A Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-owned, 8(a), Hub Zone Or Service Disabled Veteran-owned Small Business Concern; 4. If A Small Business, Provide An Explanation Of Your Company's Ability Or Your Company’s Ability Combined With A Similarly Situated Entity’s Ability To Perform At Least 50% Of The Tasking Described In This Pws/sow; 5. Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The City Specified; 6. Management Approach To Staffing This Effort With Qualified Personnel; 7. Statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel; 8. Company's Ability To Meet The Requirements In The Facility And Safeguarding Requirements; 9. Company's Ability To Begin Performance Upon Contract Award; 10. Company's Ability To Manage A Team Of Subcontractors, Including A List Of Contracts And Teaming Arrangements; 11. Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values (dollars And Hours), Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. 12. What Specific Technical Skills Does Your Company Possess Which Ensures Capability To Perform The Tasks? It Is Requested That, In The Response To The Sources Sought, The Company Explain Its Capability To Accomplish The Work Specified Under The Paragraphs 3.3.1 And 3.3.2 Of The Draft Pws/sow Technical Requirements. If The Company Finds Itself Not Capable To Perform All Parts Of The Pws/sow, Please Specify Which Portions Of The Pws/sow It Is Not Capable Of Accomplishing. If The Company Will Be Teaming Or Utilizing Subcontracts, Please Include Information Regarding Which Work The Subcontractor Will Be Responsible For And How The Prime Will Determine The Subcontractor Is Capable Of Accomplishing The Work. the Capability Statement Package Shall Be Sent By Email To Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. Submissions Must Be Received At The Office Cited No Later Than 12:30 Pm Eastern Standard Time On 06-feb-2025. Questions Or Comments Regarding This Notice May Be Addressed To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. all Responses Must Include The Following Information: Company Name; Company Address; Company Business Size; And Point-of-contact (poc) Name, Phone Number, And E-mail Address.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice description Of Intent This Is A Sources Sought Notice/market Research Survey To Request Information For Government Planning Purposes Only. The Army Contracting Command – Detroit Arsenal (acc-dta) Is Seeking To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Community, To Include Both Small And Large Businesses, For Production Of The Item Identified Below. Responses To This Sources Sought Notice/market Research Survey Will Assist Acc-dta In Planning Its Acquisition Strategy For A Potential Future Acquisition. noun: Chute, Ammunition nsn: 1005-01-176-6086 part No. Government: 12328757-2 part No. Manufacturer: S255023-102 quantity : 292 Ea quantity W/ Option: 584 Ea end Item: Bradley Vehicle technical Data Package there Is A Technical Data Package (tdp) Associated With This Procurement. It Is Distribution Code (d), Which Limits Access To Department Of Defense (dod) And U.s. Dod Contractors Only. The Tdp Will Only Be Made Available To Contractors If/when A Solicitation Is Released. To Be Eligible To Gain Access To The Tdp, The Vendor Must Have A Current Dd 2345, Militarily Critical Technical Data Agreement Certification On File With The Defense Logistics Information Service (dlis). If The Vendor Has A Current Certification, They Are Required To Submit A Request To Access The Tdp In Sam.gov. Access Will Be Granted, Pending Verification Of The Contractor’s Active Registration In Joint Certification Program (jcp). Upon Completion Of The Purposes For Which Government Technical Data Has Been Provided, The Offeror, And All Subcontractors, Vendors, And Sub-vendors Of The Offeror, Are Required To Destroy All Documents, Including All Reproductions, Duplications, Or Copies Thereof As May Have Been Further Distributed. Destruction Of This Technical Data Shall Be Accomplished By: Shredding, Pulping, Burning, Or Melting Any Physical Copies Of The Tdp And/or Deletion Or Removal Of Downloaded Tdp Files From Computer Drives And Electronic Devices, And Any Copies Of Those Files. first Article Testing: N/a note: All Survey Input Is Voluntary, And No Compensation Will Be Made For Your Firm’s Participation. Since This Is A Sources Sought Notice, And Not A Solicitation For Receipt Of Proposals Or Quotations, The Government Does Not Encourage Questions Concerning This Market Research. Furthermore, The Government Is Not Obligated To Issue A Solicitation Or Award A Contract As A Result Of This Announcement. instructions For Completing The Survey 1. You May Respond In Total, Or In Part, To This Survey. However, All Responses Must Be Received No Later Than 3 February 2025 At 4:00pm. 2. All Completed Surveys Shall Be Sent Via E-mail To: rachel Gervais contract Specialist, Acc-dta e-mail: Rachel.r.gervais.civ@army.mil subject Line: Sources Sought: Chute Ammunition, Nsn: 1005-01-176-6086 relevant Sales Media And Product Manuals May Be Included As Attachments With Your Submission. Please Clearly Mark All Proprietary Information. The Front Page Of Your Response Package Should State "propietary Information Contained Within" (all Caps), If Applicable. Also, Please Provide A Release Statement Indicating That The Proprietary Information May Be Distributed To Army Personnel Involved With This Survey. confidential Information & Labeling The Government Acknowledges Its Obligations Under 18 Usc §1905 To Protect Information Qualifying As Confidential. Pursuant To This Statute, The Government Is Willing To Accept Any Trade Secret Or Confidential Restrictions Placed On Qualifying Data Forwarded In Response To The Survey Questions, And To Protect It From Unauthorized Disclosure Subject To The Following: clearly And Conspicuously Mark Qualifying Data As Trade Secret Or Confidential With The Restrictive Legend “confidential” (all Caps), Including Any Explanatory Text, So That The Government Is Clearly Notified Of What Data Needs To Be Protected. in Marking Such Data, Please Take Care To Mark Only Those Portions Of The Data Or Materials That Are Truly Trade Secret Or Confidential (overbreadth In Marking Inappropriate Data As “confidential” May Diminish Or Eliminate The Usefulness Of Your Response). Use Circling, Underscoring, Highlighting, Or Any Other Appropriate Means To Indicate Those Portions Of A Single Page That Need To Be Protected. the Government Is Not Obligated To Protect Unmarked Data. Additionally, Marked Data That Is Already In The Public Domain Or In The Possession Of The Government Or Third Parties, Or Is Afterward Placed Into The Public Domain By The Owner Or Another Party Through No Fault Of The Government Will Not Be Protected Once In The Public Domain. Data Already In The Government’s Possession Will Be Protected In Accordance With The Government’s Data Rights. confidential Data Transmitted Electronically, Whether By Physical Media Or Not, Whether By The Respondent Or By The Government, Shall Contain Any Restrictive Legend, With Any Explanatory Text, On Both The Cover Of The Transmittal E-mail And At The Beginning Of The File Itself. Where Appropriate For Portions Only Of An Electronic File, Use The Restrictive Legends “confidential Data Begins:” And “confidential Portion Ends”. in Any Reproductions Of Technical Data Or Any Portions Thereof Subject To Asserted Restrictions, The Government Shall Also Reproduce The Asserted Restriction Legend And Any Explanatory Text. the Government Sometimes Uses Support Contractors In Evaluating Responses. Consequently, Responses That Contain Confidential Information May Receive Only Limited Or No Consideration Since The Respondent’s Marking Of Data As “confidential” Will Preclude Disclosure Of Same Outside The Government, And Therefore Will Preclude Disclosure To Support Contractors Assisting With The Evaluation Effort. questionnaire / Survey vendor Profile. Please Complete The Yellow-highlighted Fields Below: company Name: mailing Address: cage Code: poc Name / Title: phone Number: e-mail Address: website: business Type For Naics 332994 - Small Arms, Ordnance, And Ordnance Accessories Manufacturing (please Check All That Apply.) 8(a) small Disadvantaged hubzone women-owned large Business none Of The Above. Please explain: ________________ _______________________ service-disabled Veteran-owned small Business *if Claiming Small Business Status, The Information Must Be Verifiable In Sam.gov please Indicate If The Naics Code Selected Is Appropriate, If Not, Please Explain Why. nonmanufacturer Rule. To Qualify As A Small Business Concern For Set-aside Or Sole Source Supply Contracts, A Small Business Must Meet At Least One Of The Qualifications Listed Below. Please Indicate Which Qualification, If Any, Applies To Your Firm: manufacture The Product Itself; Or supply A Product Manufactured By Another Small Business If It Is A Nonmanufacturer; Or supply The Product Of Any Sized Manufacturer If The Small Business Administration Has Granted A Waiver To The Nonmanufacturer Rule. a Current Dd 2345, Military Critical Technical Data Agreement, Must Be On File With The Defense Logistics Information Service (dlis) To Access And View The Tdp Associated With This Procurement. Does Your Firm Have A Current Dd 2345 On File With Dlis? yes no approval Pending. Application Submitted On: [mm/dd/yyyy] requirement-specific Information. Please Complete The Questions Below: noun:chute, Ammunition nsn:1005-01-176-6086 part No.government: 12328757-2 part No.manufacturer: S255023-102 has Your Firm Manufactured This Item For A U.s. Government Agency In The Past? If So, Please List The Contract Number(s) And Agency(s). is Your Firm Currently Capable Of Manufacturing This Item? Statements Of Your Firm’s Expertise Should Include Reference To Relevant Contracts Performed (including A Description Of The Scope, Quantity Manufactured, And Point Of Contact With Phone Number). if Your Firm Was Awarded A Contract For This Item, Where Would Production Take Place? does Your Firm Have Experience With First Article Testing (fat)? If So, Please Provide A Brief Summary Of The Experience. what Is Your Firm’s Production Lead Time For This Item After Receipt Of Award? (please Respond In Number Of Calendar Days.) what Is Your Firm’s Minimum, Normal And Maximum Sustainable Monthly Production Rates For This Item? what Is Your Firm’s Current Price Per Unit For This Item? please Identify Your Firm’s Current Quality Management System. Also, Is Your Firm Independently Certified In That System? please Provide A Summary Of The Item’s Commercial Availability. is There Any Other Pertinent Information That Your Firm Would Like To Disclose? If So, Please List Below And/or Include As A Microsoft Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Attachment With Your Submission.

Forest Product Research And Development Institute Fprdi Tender

Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 142.8 K (USD 2.4 K)
Details: Description Item No. Unit Items & Description/s Abc Per Item Qty 1 . Unit , Spherical White Frosted Pendant Light (20cm) Nordic Modern, 100cm Adjustable Wire, With Iron Ceiling Plate (10cm), And High Temp Lamp Body. , ₱16,800.00 , 30 2 . Piece , 304 Stainless Steel Rod - Thickness: 1/4 (6mm) Length: 6 Meters , ₱2,730.00 , 6 3 . Piece , Gi Pipe S 20 - Thickness: 1 Inch - Length: Full Length , ₱3,228.00 , 6 4 . Piece , Gi Tubular Bar - Thickness: 1x1 Inch - Length: Full Length , ₱1,950.00 , 6 5 . Piece , 200cm Round Fluffy Plush Carpet Ultra Soft Shaggy Rug Non Slip Door Mat Carpet For Living Room Bedroom Computer Chair Home Decor Rugs (beige Variant) , ₱11,124.00 , 6 6 . Piece , Multi-angle, 4" 50lbs Welding Magnet Positioner Soldering Locator Metal Steel Holder (equivalent To Ingco Amwh25032 ) , ₱2,288.00 , 8 7 . Box , 3.2mm Welding Rod 6013 Welding Stick Electrode Welding Rod For Metal Authentic (5kg) , ₱2,360.00 , 5 8 . Box , 2.5mm Welding Rod 6013 Welding Stick Electrode Welding Rod For Metal Authentic (5kg) , ₱2,455.00 , 5 9 . Box , Welding Rod 304 Stainless Steel A102 Nss (2.0mm) 1kg , ₱3,240.00 , 5 10 . Box , Welding Rod 304 Stainless Steel A102 Nss (4.0mm) 1kg , ₱2,465.00 , 5 11 . Piece , 304 Stainless Steel Rod - Thickness: 1/4 (6mm) Length: 6 Meters , ₱4,550.00 , 10 12 . Box , 3" (75mm) Wood Black Flat Head Screw (250 Pcs) , ₱925.00 , 5 13 . Box , 3" (75mm) Metal Black Flat Head Screw (250 Pcs) , ₱1,020.00 , 5 14 . Box , 1'1/2" (37mm) Wood Black Flat Head Screw (700 Pcs) , ₱970.00 , 5 15 . Box , 1'1/2" (37mm) Metal Black Flat Head Screw (700 Pcs) , ₱1,020.00 , 5 16 . Box , 1" (25mm) Wood Black Flat Head Screw (900 Pcs) , ₱970.00 , 5 17 . Box , 1" (25mm) Metal Black Flat Head Screw (900 Pcs) , ₱1,020.00 , 5 18 . Piece , 360° Swivel Head-hand Riveter 10.5 Aluminum Steel , ₱1,820.00 , 2 19 . Box , Aluminum Blind Rivets 1/8 X 1/2 (700pcs/0.75kgs) , ₱440.00 , 2 20 . Piece , 3-in-1 Digital Laser Tape Measure D10 (60m) Laser 5m Steel Tape Accuracy , ₱4,912.00 , 2 21 . Set , Tools Set Woodworking Electrician Manual Hardware Toolbox General Household Hand Tools Set 102 Pcs , ₱3,376.00 , 2 22 . Piece , "yellow Glue Pur 1984 (850 - 1000 Grams)" , ₱8,000.00 , 4 23 . Pair , Xl Touch Screen Frosted Coated Nitrile Safety Gloves (equivalent To Ingco Hgnf01 ) , ₱1,820.00 , 10 24 . Pair , Large Yellow Rubber Latex Reusable Dishwashing Laundry Gloves Cleaning Gloves , ₱940.00 , 20 25 . Box , Black Disposable Gloves, Latex Free, Large Variant , ₱1,320.00 , 6 26 . Piece , Microfiber Thick Towel Home Cleaning Cloth Super Absorbent Wash Towel 30*30 , ₱1,200.00 , 30 27 . Yard , White Faux Leather Upholstery Fabric (90cm X 140cm) , ₱6,700.00 , 20 28 . Yard , Cream Faux Leather Upholstery Fabric (90cm X 140cm) , ₱6,700.00 , 20 29 . Box , Carbon Steel (surface Treatment: Galvanized) 90mm Ceiling Hook (10pcs/box) Plasterboard Toggle Wings Bolts Hanger , ₱4,820.00 , 20 30 . Piece , Retro Ceiling Hook Lamp Base Plate Industrial Style Chandelier Hook Iron Lamp Hook Light Fitting , ₱6,450.00 , 50 31 . Roll , White Electrical Wire, #14, Thhn, Phelps Dodge , ₱3,500.00 , 1 32 . Roll , Black Electrical Wire, #14, Thhn, Phelps Dodge , ₱3,500.00 , 1 33 . Piece , Led Bulb 7w Warm (yellow/orange) Light , ₱7,250.00 , 50 34 . Piece , Manual Bending Machine Steel Bar Benders (1-10mm) , ₱1,362.00 , 1 35 . Piece , Swg-25 2 Inch Manual Pipe Bender Steel Pipe Heavy Duty Manual Type Hand Tube "u" Bending Tools Iron/steel/ccopper/aluminum Tube Bending Machine Manual Bender , ₱5,886.00 , 1 36 . Piece , Staple Remover , ₱100.00 , 2 37 . Piece , Rectangular Tabletop Silicone Mold Resin Casting Making - (l: 58.4cm W:30.8cm H:4cm) , ₱3,601.00 , 1 38 . Piece , Round Tabletop Silicone Mold Resin Casting Making - (radius: 60cm H:6cm) , ₱6,142.00 , 1 39 . Piece , Oval Tabletop Silicone Mold Resin Casting Making - (l: 63.2cm W:33.5cm H:3cm) , ₱3,860.00 , 1 ------------------ Nothing Follows ------------------------- Total Abc Php 142,814.00 ================================== Important Reminders: Please Observe The Following Instructions Below When Accomplishing The Fprdi Rfq Form. 1. Accomplish This Rfq Completely, Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Indicate "no-bid", “no Quote” Or “no Offer” For Items Not Intended To Quote 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 5. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Bid Can Be Submitted Thru Our Official E-mail Account At Property@fprdi.dost.gov.ph Stating Philgeps Reference No. Or Thru Express Mail/courier. Your Quotation Will Only Be Valid When Sent To This E-mail Account. Please Use Our Official Fprdi Request For Quotation (rfq) Form. Kindly Complete All The Details In Our Official Rfq Form Including Unit Price And Total Price. Just Attach Any Additional Details/descriptions You Would Like To Include In Your Bid. Please Submit Scanned/photocopies Of The Following Documents As Required By Philgeps For Small Value Procurement  Mayor's Permit (cy 2025)  Valid Philgeps Registration  Income/business Tax Return For The Past 6 Months (required For Abc Php 500,000.00 & Above)  Omnibus Sworn Statement (oss). (unnotarized Oss Will Be Accepted As Per Gppb Reso 2020-09 And To Be Notarized If Awarded) Please Be Reminded To Use The Latest Oss Template Issued By Gppb And To Indicate The Names Of The Project And The Procuring Entity. Revised Oss Template Can Be Downloaded At Https://www.gppb.gov.ph/downloadable-forms/#tab-61412 Alternatively, You Can Submit Your Sealed Quotation To This Address On Or Before The Closing Of The Date. Bac Secretariat Dost-forest Products Research And Development Institute Narra Rd. Forestry Campus, College, Los Baños, Laguna 4031 Cy 2025

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date8 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. This Sources Sought Notice Is Being Posted To Satisfy The Requirement Of Federal Acquisition Regulation (far) 15.201(e), And Defense Federal Acquisition Regulation Supplement (dfars) 206.302-1(d) And Pgi 206.302-1. introduction the Naval Air Systems Command (navair) Is Seeking Eligible Business Firms Who Can Develop And Implement An Engineering Change Proposal (ecp) In Support Of The Electromagnetic Aircraft Launching System (emals) Installed Aboard Ford Class Aircraft Carriers. This Ecp (referenced As Ecp-i-emals-0066 Block Switch Controller (bsc) Complex Programmable Logic Device (cpld) Hardware Obsolescence And Firmware Upgrade) Requires Non-recurring Engineering (nre), Which Includes Analysis, Design, Prototyping And Integration Testing Of An Upgraded Printed Circuit Board Assembly (pcba) Needed To Replace An Existing Cpld Which Has Become Obsolete And Requires Upgrades Due To Processing Capacity Limitations Of The Current Device. This Effort Will Also Require The Contractor To Develop And Deliver To The Government The Design’s Technical Data Package And Supporting Logistics Documentation Needed To Manufacture The Replacement Pcba And To Provide Sustainment Support After The Ecp’s Fielding. The Contractor Will Also Need To Be Capable Of Making Code Changes To The Existing Bsc Cpld Firmware In Order To Facilitate Porting Of The Firmware Onto The Replacement Pcba And Conducting Extensive Testing To Verify The Firmware’s Full Functionality On The New Device. This Engineering Change Will Also Include Required Efforts To Verify That The Existing Cpld Firmware Will Function Properly On The Newly Designed Pcba Without Negative Impact To The Bsc And Emals Operational Performance. This Ecp Will Also Require The Contractor To Develop And Deliver To The Government Detailed Bsc Software / Firmware Documentation Needed To Formally Establish The Bsc Software / Firmware As A Formal Computer Software Configuration Item (csci). This Documentation Will Serve To Enable The Emals Program To Better Manage Bsc Software / Firmware Future Modifications And Overall Configuration Management. The Planned Contract Award Date Is 4th Quarter Fy2025 With Performance Through Fy2028, To Include Options. background the Current Emals Block Switch Controller (bsc) Complex Programmable Logic Device (cpld) Is Obsolete And Can No Longer Be Adequately Procured For Sparing And Repair Purposes. Additionally, The Current Cpld Is Operating Near Its Maximum Processing Capacity. A Replacement Cpld Type Device Is Required To Address Associated System Readiness And Obsolescence Issues. The Replacement Of This Cpld Hardware Will Likely Require Software Or Firmware Changes In Order To Properly Function With The Selected Hardware Replacement. The Government Also Intends To Transition The Existing Bsc Software / Firmware To Become A Formal Emals Csci, Thus The Contractor’s Requirement To Develop And Deliver Supporting Software Documentation To Support Proper Csci Configuration Management. special Requirements navair Expects To Receive From Each Respondent A Full Response With Capability Summary Per The “capability Package Submittal Information And Instructions” Below, Which Contains A Detailed Description Of The Items Listed Below. If All Requirements Listed Below Are Not Addressed And Clearly Demonstrated In The Response, The Respondent Will Be Deemed Incapable. demonstrate The Interested Vendor Has Possession Or Authorized Access To The Necessary Technical Data, Or A Viable Plan To Obtain, Generate Or Otherwise Secure Authorized Access To The Necessary Technical Data, And How It Will Be Maintained Throughout The Duration Of The Effort demonstrate How The Interested Vendor Will Develop, Prototype, And Perform All Necessary Testing, Except For Site Testing, For An Emals Block Switch Controller Cpld That Improves The Performance And Reliability Of The Assembly demonstrate How The Interested Vendor Will Develop And Produce Updated Technical Data And Drawings For The Ecp Identified Within This Sources Sought And Incorporate Updated Logistics Products Into The Existing Logistics Product Database And Interactive Electronic Technical Manual(s) eligibility the Applicable Naics Code For This Requirement Is 336413, Other Aircraft Part And Auxiliary Equipment Manufacturing, With A Small Business Size Standard Of 1,250 Employees. The Product Service Code (psc) Is 1720 - Aircraft Launching Equipment. the Results Of This Sources Sought Notice Will Also Be Used To Determine If Any Small Business Set-aside Opportunities Exist. In Addition, This Market Research Tool Is Being Used To Identify Potential And Eligible Firms Of All Sizes, Prior To Determining The Method Of Acquisition. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. Note: Far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In The Response To This Notice To Assist The Government’s Capability Determination. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary. capability Package Submittal Information And Instructions responsible Parties May Identify Their Interest By Responding To The Requirement With A Capability Statement (no More Than 10 Pages In Length). No Phone Inquiries Will Be Entertained. Responses Shall Be Made In Writing By E-mail To The Attention Of The Listed Points Of Contacts Using The Contact Information Provided. Interested Parties Are Requested To Submit Their Capability Statement Along With Their Company Name, Address, And Any Comments Or Questions To Joshua Hirtz, Joshua.a.hirtz.civ@us.navy.mil And Margo O’rear At Margo.b.orear.civ@us.navy.mil By 5:00 Pm (est) On 08 February 2025. Late Responses Submitted Past The Day And Time Aforementioned May Not Be Considered. Classified Material Shall Not Be Submitted. All Submissions Should Include This Sources Sought Notice Reference Number, Company Name, Company Address, Cage Code, Uei Number, And A Point-of-contact Who Is Able To Discuss The Capability Statement Submitted. Point-of-contact Information Should Include Name, Position, Phone Number, And Email Address. The Government Will Acknowledgement Receipt Of The Response. All Information Submitted Will Be Adequately Safeguarded From Unauthorized Disclosure In Accordance With Far 15.207. All Submissions Should Be Clearly Marked Iaw Dodi 5200.48, Controlled Unclassified Information (cui). Responses That Fail To Comply With The Above Instructions Or Present Ideas Not Pertinent To Subject, May Not Be Reviewed. All Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Information Submitted In Response To This Notice Is Submitted At No Cost To The Government And Will Not Be Returned. The Government Is Under No Obligation To Provide Responses Or Comments To Information Received From Interested Persons But May Request Additional Information Following Review. Note: If The Interested Person Is A Foreign Concern Or If A U.s. Interested Person Has A Team Member Or Partner Who Is A Foreign Entity, Adherence To All International Traffic And Arms Regulations (itar) Is Required.

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared Iaw The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation For This Requirement; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Is F1s0aq4340a001 And Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective 12 Nov 2024, Dfars Publication Notice (dpn) 20241125 Effective 25 Nov 2024, And Air Force Acquisition Circular (daffars) 2024-1016, Effective 16 Oct 2024. (iv) This Acquisition Allows For A Small Business Set-aside With An Associated Naics Code Of 513210 – Software Publishers, Small Business Size Standard Of $47,000,000.00. The Associated Service Code Is 7b20-it And Telecom-high Performance Computer (hardware And Perpetual License Software). (v) The Scope Of This Project Requires A Multi-year Contract To Include Base Year Plus 4-year Options To Provide Annual Hp Hardware/software Maintenance At Edwards Afb, Ca (please See Attached (see Attached Salient Characteristics). (vi) N/a. (vii) The Government Place Of Performance Is 70 N. Wolfe Ave., Bldg 1635w Rm 314 Edwards Afb, Ca 93524. (viii) The Provision At 52.212-1, Instructions To Offerors - Commercial Items, Applies To This Acquisition. Provisions And Clauses Can Be Viewed Through Internet Access At The Air Force Far Site, Acquisition.gov. addendum To Far 52.212-1 Instructions To Offerors Commercial Items offerors Shall Prepare Their Quotations Iaw Far 52.212-1, (note: Offerors May Submit Quotes Via Email, Please Note The Maximum File Size Is 10mb. Emails Over This File Size Will Not Be Received.) In Addition, The Following Information Shall Be Included: 1. Offeror Name 2. Address 3. Cage Code 4. Primary Naics 5. Business Size And Socioeconomic Program (if Applicable) (i.e. Sdvosb, Etc.) 6. Payment Terms (net 30) Or Discount 7. Point Of Contact & Phone Number 8. Offeror Email Address 9. A Spreadsheet The Breaks Down The Price Elements 10. Technical And Company Capability: a. A Technical And Company Capability Narrative, Not To Exceed Ten (10) Pages, Demonstrating Firm’s Capabilities To Provide The Services And Full Extent Of Items As Outlined Within The Salient Characteristics. The Narrative Shall Provide The Government With A Reasonable Assurance That The Firm Has The Relevant Capability Required To Meet Or Exceed The Requirement. b. Brochures, Lists And Any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance Our Consideration And Evaluation Of The Information Submitted. (ix) Far 52.212-2 Evaluation – Commercial Items, Is Applicable To This Rfq. addendum To Far 52.212-2 Evaluation Commercial Items the Solicitation Provides That Quotations Will Be Evaluated Using Best Value To The Government. The Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Quotes Meeting Or Exceeding The Acceptability Standards For Non-cost Factors. The Technical Acceptability Factor Contains Two Non-cost Subfactors: evaluation Factors: 1. Price 2.technical Acceptability the Government Will Award A Contract Resulting From The Rfq To The Responsible Offeror Whose Quote Is Responsive To The Rfq, And Considered To Be The Best Value Based On The Criteria Set Forth Above. (x) Offerors Must Include With Their Quote A Completed Copy Of The Provision At Far 52.204-7 Together With Dfars 252.204-7004 Alternate A, System For Award Management And Far 52.212-3, Offeror Representations And Certifications—commercial Items With Alternate 1, With Their Quote, Unless This Information Has Been Submitted Electronically As Part Of Its Annual Representations And Certificates At Https://www.sam.gov. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items (may 2015), Applies. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (nov 2023) Applies. (xiii) This Acquisition Requires No Additional Contract Requirement(s) Or Terms And Conditions (such As Contract Financing Arrangements Or Warranty Requirements) Determined By The Contracting Officer To Be Necessary For This Acquisition And Consistent With Customary Commercial Practices. Commercial Interim And/or Advance Payments Will Not Be Made. (xiv) Dpas Assigned Rating Is N/a. (xv)quotes Are Due No Later Than 1130 Pst On 11 February 2025. (xvi) Quotes Shall Be Submitted Electronically To Contracting Specialist To Denina Hudson At Denina.hudson@us.af.mil And Contracting Officer Jenna A. Jacobson At Jenna.jacobson@us.af.mil. the Offeror Agrees To Hold The Prices In Its Quote Firm For 30calendar Days From The Date Specified For Receipt Of Quotes. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. All Government And Contractor Personal Reviewing Sources Sought Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified. any Information Provided Is Strictly Voluntary. The Government Will Not Pay For Information Submitted In Response To This Synopsis/solicitation. provisions far 52.204-18 Commercial And Government Entitiy Code Maintenance (aug 2020) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) clauses far 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements (nov 2023) dfars 252.204-7020 Nist Sp 800-171dod Assessment Requirements (nov 2023) dfars 252.211-7003 Item Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition On Hexavalent Chromium (jan 2023) dfars 252.225-7012 Preference For Certain Domestic Commodities (dec 2017) dfars 252.225-7035 Buy American—free Trade Agreements—balance Of Payments Program Certificate (feb 2024) dfar 252.225-7048 Export-controlled Items (june 2013) dfars 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.239-7009 Representation Of Use Of Cloud Computing (sep 2015) dfars 252.239-7010 Cloud Computing Services (jan 2023) dfars 252.244-7000 Subcontracts For Commercial Items (nov 2023) daffars 5352.201-9101 Ombudsman (jul 2023) daffars 5352.223-9001 Health & Safety On Government Installations (jul 2023) daffars 5352.242-9000 Contractor Access To Department Of The Air Force Installations (jun 2024)

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Supplies Prepared In Accordance With The Format In subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes the Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Assigned To This Action Is W912j2-25-q-a002. The Solicitation Is Issued As A Request For Quote (rfq) From The United States Property And Fiscal Office For Wisconsin, Purchasing And Contracting Division, Camp Douglas, Wi 54618. (iii) All Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2022-06 /may 26, 2022. (iv) This Requirement Is Unrestricted With An Applicable Naics Code Of 721110. Hotels (except Casino Hotels) And Motels With A Small Business Size Standard Of $35m please Send Proposals In Accordance With (iaw) The Statement Of Work the Wiarng Is Looking For A Hotellodging Andconferencespacerental To Include Audio Video And Meals/coffee In The Fox Valleyarea (appleton, Wi Area). But Can Go As Far As 34-40 Miles Out. ****all Conference Space Must Be Within One Buildingand All Meals Must Be Served Within That Building. The Required Sleeping Rooms Can Be In Neighboring Hotels But Must Be Within Two Miles Distance From The Conference Space.***** (vii) Delivery Schedule Shall Be 30 January 2025 To 02 February 2025. Lodging Will Be For The Nights Of The 30th And 31st Of January And Th 1st Of February. (vii) Evaluation Will Be Based On Lowest Price Technically Acceptable. Technically Acceptable Includes: 1. Conformance To The Statement Of Work. 2. Complete Bid Sheet (excell Spreadsheet Will Be Provided.) a Firm Fixed Price Contract Award Is Anticipated. (x) The Offeror Must Include A Completed Copy Of The Provision At Far 52.212-3 Alt I, Offeror Representations And Certifications -- Commercial Items With A Quote Or Be Currently Registered In The Sam Website With representations And Certifications Completed. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive orders -- Commercial Items, Applies To This Acquisition. Any Additional Clauses Cited In Far 52.212-5 Are Listed In Section Xiii. (xiii) The Following Additional Agreement Requirement(s) Or Terms And Conditions Determined By The Contracting officer To Be Necessary For This Acquisition: in Accordance With Dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving reports, The Contractor Shall Submit Their Payment Request Electronically Using The Wide Area Workflow (wawf). The Wawf Website Is Located At Https://wawf.eb.mil. There Is No Charge To Use Wawf. the Following Clauses And Provisions Are Incorporated By Reference Into This Solicitation. Full Text Is Available At https://www.acquisition.gov. 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-18 Commercial And Government Entity Code Maintenance 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26 Covered Telecommunications Equipment Or Services-representation 52.212-2 Evaluation—commercial Items 52.212-3 Offeror Representations And Certifications—commercial Items 52.212-4 Contract Terms And Conditions--commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders—commercial Items 52.219-1 Small Business Program Representations 52.222-50 Combating Trafficking In Persons 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-1 Disputes 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls And 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation, Dfars Provisions 252.204-7017 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation And Dfars Clause 252.204-7018 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.211-7008 Use Of Government-assigned Serial Numbers 252.225-7031 Secondary Arab Boycott Of Israel 252.225-7048 Export-controlled Items 252.225-7974 (dev) Representation Regarding Business Operations With The Maduro Regime (deviation 2020-o0005) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 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 (xiv) Dpas Rating Does Not Apply To This Acquisition. (xv) Quotes Must Be Received No Later Than The Time And Date Indicated On This Rfq. Quotes Must Be Emailed To The Primary Point Of Contact Shown. It Is Your Responsibility To Make Sure Your Quote Is Received. instructions To Offerors: 1. Quotes In Response To This Solicitation Must Include The Offeror's Cage Code Or Duns Number. 2. Quotes Must Be Valid Until January 16th, 2025. 3. Your Pricing Schedule Must Clearly Annotate Pricing Or The Words, "not Separately Priced" Or "no Cost" For Each Requirement Identified. Omission Of No Cost Line Items May Cause Your Quote To Be Non-responsive. Unit Prices Shall Include All Applicable Fees, To Include Any Non-exempt Taxes. offerors Shall Submit The Following In Order For Their Award To Be Considered Responsive. submit Both Bid Sheet With All Applicable Lines Filled Out To Include The Total Price. Service Fees Included. Wiarng Is A Tax Exempt Entitiy. provide A Narrative And/or Plan Which Demonstrates Your Company’s Ability To Provide The Following, Incompliance With The Statement Of Work: required Conference Space To Include Capacity And Seating Arrangements. ii. Required Audio/visual Equipment Including Set Up. iii. Required Catered Meals, Including Box Lunches Of Quality And Value Consistent With The Federal Per Diem Rate. iv. Required Number Of Hotel Rooms Needed. all Contractors Shall Be Registered In The System For Award Management (sam) To Be Eligible For Award Of A contract. Offerors Shall Ensure Sam Registration Is Active. The Official Sam Website Is https://www.sam.gov/portal/public/sam/. Contractors Are Encouraged To Complete Sam Registration As Soon As possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Time To Register In Sam. it Is The Interested Offeror's Responsibility To Check Beta.sam.gov For Updated Information. *****the Requested Number Of Meals And Hotel Rooms Are Estimated Based On The Expected Number Of Attendees. The Wiarng Will Provide The Successful Offeror Exact Number Of Meals And Rooms No Later Than 18jan 2025.***** submit Offers In Response To This Synopsis/solicitation To Curtis.p.clements.civ@mail.mil . Offers Received After 11:00 Am Cst On 06jan2025 May Not Be Considered Unless Determined To Be In The Best Interest Of The Government. no Telephonic Inquires Will Be Accepted. email Any Questions To Curtis.p.clements.civ@army.mil. Questions Are Due By 31 December 2024 12:00 Pm Cst. It Is The Vendor's Responsibility To Check Www.sam.gov For Any Updates Or Changes.
8211-8220 of 8381 archived Tenders