Computer Tenders

Computer Tenders

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Details: No Totals Required. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. 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.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. 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.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

UNITED STATES GOVERNMENT PUBLISHING OFFICE USA Tender

Publishing and Printing
United States
Details: Statement Of Work background the Gpo Historic Shelflist Is The U.s. Government Publishing Office's (gpo) Historic Card Catalog Covering U.s. Government Documents From The 1800s To October 1992. It Contains The Following: over One Million 3x5 Cards Arranged In Superintendent Of Documents (sudoc) Order. bibliographic Information For U.s. Government Documents Of Various Types From All Three Branches Of The Government Including Monographs, Multipart Records, Maps, Continuing Resources (serials And Integrating Resources), Microfiche, And Posters. cards Representing Documents That Were Distributed To Libraries In The Federal Depository Library Program (fdlp) And Documents That Were Not Distributed But Required By The Cataloging And Indexing (c&i) Program, As Required By U.s.c. Title 44. an Estimated 455,000 Online Computer Library Center (oclc) Cards That Were Produced By Gpo Through Oclc Beginning In July 1976; And an Extensive Collection Of Bibliographic Information, But Not A Complete Inventory Of Publications Distributed Through The Fdlp. since 2010 Gpo Has Been Converting Historic Shelflist Cards To Marc (machine-readable Cataloging) 21 Records Which Represent The Publications Identified As Part Of The Fdlp Or The C&i Program. These Records Are Accessible And Available To The Public Via The Catalog Of U.s. Government Publications (cgp), And Oclc’s Bibliographic Utility, Connexion. As Of November 2023, There Are 224,990 Historic Shelflist Records Available Through The Cgp. These Records Can Be Identified By Conducting A Search For Wcat=historic Shelflist Using The Expert Search. The Cgp Also Contains A Separate Catalog Of Just Historic Shelflist Records. objectives the Contractor Shall Ensure That: contractor Personnel Exercise Sound Judgment, Follow Government And Information Services Industry Standard Practices And Agency Practices And Procedures, And Perform All Required Services In The Most Effective, Efficient, And Economical Manner Consistent With The Interests Of The Government. contractor Personnel Follow All Government Directives And Guidelines. all Data Produced By The Contractor Will Be Owned By Gpo. No Restrictions Or Copyright Will Be Placed On This Data By The Contractor. scope this Task Order Covers Staffing Support For Four (4) Full-time Equivalent (fte) Cataloging/metadata Librarians To Assist With Metadata Identification, Metadata Entry, Quality Control, Record Cleanup And Other Various Metadata Related Activities In Library Services And Content Management (lscm). tasks the Contractor Is Responsible For Performing All Tasks As Cited Below And That Of This Statement Of Work (sow). contractor Must Provide Four (4) Fte Cataloging/metadata Librarians To Assist With Metadata Identification, Metadata Entry, Quality Control, And Other Various Metadata Related Activities As Described Below: perform Copy Cataloging For Both Monographs And Continuing Resources In Oclc’s Connexion, Following Rda, Aacr2, Marc 21, And Gpo Guidelines, Including Export Of Records Into Gpo’s Integrated Library System (ils), Aleph 500, Under The Supervision Of A Senior Cataloger. create New Records For Both Monographs And Continuing Resources In Oclc’s Connexion, Following Rda And Marc 21, And Gpo Guidelines, Including Export Of Records Into Gpo’s Ils (aleph 500) Under The Supervision Of A Senior Cataloger. edit, And Update Existing Bibliographic Records In Gpo’s Ils (aleph 500) Following Rda, Aacr2, Marc 21, And Gpo Guidelines. utilize Knowledge Of Advanced Search Techniques, And Apply Professional Judgment For Cards With Limited, Or Handwritten Information To Determine If A New Record, Or Copy Cataloging In Oclc, And Gpo’s Ils (aleph 500) Is Needed. assign Library Of Congress Subject Headings, Authorized Name, And Series Authorities To Records In Oclc And Gpo’s Ils (aleph 500). perform Research To Determine If A New Naco (name Authority), Or (series Authority) Is Required. create Serial Pattern/item/holding Records In Gpo’s Ils (aleph 500) Following Gpo Guidelines, And Under The Supervision Of A Senior Cataloger. create Serial Holding Record Summaries In Gpo’s Ils (aleph 500) Following Gpo Guidelines, And Under The Supervision Of A Senior Cataloger. create, And/or Edit Item And Holding Records In Gpo’s Ils (aleph 500). compile Metrics For Reporting Purposes. prepare Written Documents Under The Supervision Of Gpo Staff. work On A Variety Of Assignments Using Word, Excel, Or Other Pc Applications. contractor Must Have A Pool Of Additional Personnel With The Same Qualifications, That Could Serve As Backup Support If Personnel Assigned To The Task Orders Are Unavailable Due To Sickness Or Other Unforeseen Circumstances. Substitute Staff Must Be Available To Report To Gpo With 48 Hours And Are Expected To Perform The Duties And Functions With A Minimal (1-2 Business Days) Amount Of Training And Downtime To The Overall Project. other Assignments For Team Projects Working With Both Para-professional And Professional Library Staff In Lscm. delivery deliverable date (calendar Days) deliver To activity Performance Plan. The Contractor Will Conduct Analysis On Assigned Activities And Provide A Performance Plan That Contains The Performance Standards, Management, And Schedule For Each Assigned Activity Under The Task Order. The Plans Will Be Developed By The Contractor, In Consultation With The Government And Final Approval From The Government. Each Activity’s Performance Plan Will Be An Addendum To The General Approach As Activities Are Assigned. activity Assigned + 5 Workdays cor activity Quality Control Plan. Contractor Will Provide A Documented Quality Control Plan For Each Activity, After Contractor Staff Begins A New Activity. The Plan Will Be Developed By The Contractor, In Consultation With The Government And Final Approval From The Government. This Approach May Be Revised By The Government At Any Time. activity Assigned + 10 Workdays cor And The Quality Control Team daily Production/output Logs. To Be Agreed To By The Contractor And Cor For Each Activity. daily cor monthly Progress Reports. Monthly Progress Reports Summarizing Total Work Performed During The Week. monthly, 5th Workday Of The Month, For The Previous Month’s Progress, By 3 P.m. Est cor quality Control Results Reports. Report Information To Be Outlined In The Quality Control Approach For Each Activity. monthly cor government-furnished Property, Material, Equipment, Or Information (gfp, Gfm, Gfe, Or Gfi) the Government Shall Provide A Laptop And All Necessary Software And Gpo Network Accounts For Offsite Work. security all Contractors Shall Go Through Gpo Security Clearance Process. soft Security Token Shall Be Issued For Accessing Gpo Network. travel No Travel Requirement. special Material Requirements contractors Shall Work With Digitized Catalog Card Images. Contractor Must Provide Four (4) Fte Cataloging/metadata Librarians With The Following Qualifications: education, Experience, Licensure, Certification Required: master’s Degree In Library/information Science From An Ala-accredited Institution minimum Three (3) Years Of Work Experience In Library Technical Services Operations, Specifically Cataloging/metadata Unit, Working On Original And Copy Cataloging/metadata. experience With The Marc 21 Standard strong Knowledge And Work Experience Using Classification Schema(s) Dewey, Library Of Congress, And/or Sudocs. strong Skill/experience Using An Ils. experience With Cataloging Serials And Maps. experience With Microsoft Office Suite, Primarily Word And Excel, And Other Business Applications. knowledge, Skills, Abilities, And/or Competencies Required To Successfully Perform Work: ability To Adhere To National Bibliographic Standards Set Forth In Resource Description Access (rda) For A Variety Of Material Formats, Including, Electronic, Print, Microform, Etc. ability To Work And Communicate Effectively With Paraprofessionals, Library Professionals, And Agency Personnel. ability To Work Independently And Exercise Discretion, Initiative, And Judgment. ability To Work In A Dynamic And Collaborative Work Environment. organizational And Interpersonal Skills. ability To Perform Diverse And Complex Tasks With Accuracy And Attention To Detail. written And Verbal Communication Skills. knowledge Of Rda Core Elements. knowledge Of Oclc Connexion. personnel May Be Required To Participate In Progress Briefings With Cor, Technical Advisor For Task Order, And Management As Needed. Meetings May Include A Report On Overall Percentage Of Work Completed. other Unique Requirements personnel May Be Required To Participate In Progress Briefings With Cor, Technical Advisor For Task Order, And Management As Needed. Meetings May Include A Report On Overall Percentage Of Work Completed. personnel Will Be Accessible Via Phone, Email, Or Ms Teams For The Duration Of This Task Order. There Will Be A 24-hour Turnaround Time On Query Replies. monthly Progress Reports Summarizing The Total Hours Worked And Work Performed During The Month Will Be Provided. The Government And The Contractor Will Agree Upon A Monthly Progress Report. contractor Must Designate One Of The Four Librarians, A More Experienced Cataloging Librarian With Management Skills, As A Team Lead For The Librarians. place Of Performance And Work Schedules the Contractor Shall Perform Service Off-site At A Contractor Approved Location Monday Through Friday From 6:30 A.m. – 5:30 P.m. Est – Except Federal Holidays And Other Government Closures, Delays, Or Dismissals. Opm-issued Closures, Delays, And Dismissals Due To Weather-related, Or Other Events May Not Be Applicable To Off-site Staff If Work Is Telework-based. period Of Performance base Year: March 1, 2024, Through February 28, 2025 option Year 1: March 1, 2025, To February 28, 2026 option Year 2: March 1, 2026, To February 28, 2027 option Year 3: March 1, 2027, To February 29, 2028 option Year 4: March 1, 2028, To February 28, 2029
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Others...+2Machinery and Tools, Electrical and Electronics
Canada
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. Bidders Are Requested To Include Specifications On Product Quoted With The Bid. ******amendment # 1 Please Note The Model Has Been Upgraded To 4520y. ***** ****** ******amendment # 1 Note The Delivery Date Has Been Corrected. ***** 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.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: Nist-ss25-13 6695 / 334516 title:  Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective background the Mission Of The Quantum Optics Group Of The Quantum Measurement Division Is To Develop And Characterize Measurement Methods That Take Advantage Of The Quantum Nature Of Light To Achieve Better Performance And Uncertainties Or To Enable New Applications That Are Not Possible With Classical Methods And Light Sources. Therefore, One Of The Most Important Aspects Of Quantum Measurement Division’s Research Is To Demonstrate A Prototype Of A High-efficiency Deterministic Single-photon Source In A Telecom Band. This Source Is An Essential Component For Quantum Communications And For Future Scalable Quantum Computer Networks. Operation Of The Source Requires A Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective. nist Will Use The System To Accommodate A High-efficiency Deterministic Single-photon Source In Telecom C-band, For Applications Ranging From Classical And Quantum Telecommunication Networks, In-situ Source Recognition And Classification, And Quantum Effects In Biological Systems. This Device Shall Be Optimized For High-efficiency Coupling Of C-band Telecom Photons Produced By Quantum Dots. This Device Will Be An Integral Component In Nist’s Physical Measurement Laboratory’s Quantum Measurement Division’s Laboratory. It Will Be Used To Study Single-photon And Entangled Light State Generation For Quantum Networks And Quantum Information Science. Light Emitted From The Quantum Dots Will Be Coupled Into The Fiber For Experiments And Characterization. nist Has A Need For A Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective That Meet Or Exceed The Following Draft Minimum Specifications: contract Line-item Number (clin) 0001: The Contractor Shall Provide A Closed-loop Helium Cryostat With Compressor And Vacuum Pump To Include Free-space Experimental Chamber With Xyz Nanopositioning Stages And High Numerical Aperture (na) Objective That Meet The Following Minimum Specifications: operating Ambient Temperature: Between 295 K Or Less And 305 K Or More experimental Chamber: cold Stage Base Temperature ≤ 3.8 K. temperature Range: 3.8k To 320k (cold Plate With No Additional Stages) temperature Stability < 15 Mk Peak-to-peak Fluctuations With Damped Sample Mount cooling Power ≥ 170 Mw At 5 K Or ≥ 130 Mw At 4.2 K cooldown Time To 5 K ≤ 4.5 Hours. cold Plate Vibration Stability <5 Nm Peak-to-peak Fluctuation In X, Y,& Z Axis dc Electrical Access: ≥ 16 Available Dc Feed-throughs For Future Ues (i.e. Not Counting Feed-throughs Already In Use E.g. For Nanopositioning Stage, Temperature Monitoring, Etc.). rf Electrical Access: ≥ 2 X Rf Connections (50 Ohm Coaxial, 18 Ghz). nanopositioning Stage (see Description Below) Installed. the System Includes Two Fiber Optic Feedthroughs Compatible With Smf-28. at Least 5 Optical Access Ports, With Two Windows (one Cold And One Warm) On Each Port. Ports Must Be Reconfigurable To Easily Replace Windows. free-space Optical Access: ≥ 5 Windows (≥ 25 Mm Diameter) With <5 % Loss At Wavelengths From 1450 Nm To 1650 Nm the System Should Be Deployable To An Optical Lab With Optical Tables. internally Housed And Vertically Mounted Microscope Objective Holder. The Holder Must Be Temperature-regulated With A Heater And Thermometer, Allowing The User To Select And Hold The Objective Between 250 K – And 310 K Throughout The Entire Duration Of The Cooldown Cycle. the System To Include At Least Two Interchangeable Sample Holders: One With 16 Dc Wires, And One Flat Sample Holder. the Top Optical Access Window Must Have Threaded Holes (or Set Screw Holes) That Allow For An External Fiber Coupler Mount Via Thorlabs 30 Mm Cage System. objective: ≥0.8 Na Objective. working Distance: < 1.3 Mm. optical Loss <20% Everywhere In The Wavelengths Range From 1150 Nm To 1620 Nm. temperature And Pressure Compatible With The Experimental Chamber. mounted In The Experimental Chamber Using A User-removable Mount. vertical Mount Compatible. nanopositioning Stage: installed In The Experimental Chamber – Thermally Coupled To Cold Plate. system Needs To Include Integrated Cryogenic Closed-loop X, Y, And Z Nanopositioners And Controller. Each Axis Equipped With A Travel Range Of At Least 4.8mm Or More. sensor Resolution Per Direction: <= 200 Nm. ability To Operate The Nanopositioner In An Open Loop Mode With Fine (sub-nm) Positioning Via Adjusting A Dc Voltage. non-magnetic. unidirectional Repeatability: <= 5 Microns (closed Loop). operating Temperature: <= 3 K. operating Pressure: <= 10-8 Torr. closed Loop Control For All Nanopositioners; Pc Control With Applicable Software. vibrations On The Sample Holder (peak-to-peak): xy: 100 Nm Or Smaller z: 50 Nm Or Smaller bandwidth: Up To At Least 100 Hz Or More relative Drift Between A Sample And Objective Focal Point At The Base(fixed) Temperature, Without A Thermal Load: < 50 Nm/hour Or Smaller compressor: type: Air-cooled. helium Connection: Appropriate ≥ 30 Ft Flexible Tubing(hoses) electrical Connection: 208 V @60 Hz 1 Phase Or 110 V @60hz 1 Phase As Appropriate To Provide And Maintain The Above Performance. continuous Operation Cryostat Without The Use Of Extra-instrument Liquid Cryogens fully Automated Pump, Cooldown, Temperature Stabilization, And Warmup. The System Should Include All Necessary Pumps, Controllers, And Compressors. vacuum: the Cryostat System Shall Have The Vacuuming Capability That Results In The Above-required System Features And Performance Capacities. software the Cryostat System Shall Include Automated Operational And Temperature Control Software And Motion Control Software. control Software That Is Capable Of Running Automated Program Scripts From Matlab, Labview, And Python additional Requirements: the Cryostat Temperature Should Be Held For At Least 24 Hours With No Thermal Load system Shall Be Air-cooled target Temperature At The Sample Of 3.8 K Or Lower 110v Or 208v @60hz/1-phase Compressor the System Must Support The Modification To A Different Wavelength Range By The User E.g. To Support Replacement Of Installed Optical Elements With The Elements With Different Antireflection Coating how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response. Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed At The Bottom Of This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By 5:00 P.m. Eastern Time On January 23, 2025. Questions Will Be Anonymized And Answered Via Sources Sought Notice Amendment Following The Question Submission Deadline. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. thank You For Taking The Time To Submit A Response To This Request.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Education And Training Services...+1Aerospace and Defence
United States
Details: Solicitation: N61340-25-r-0034 program: E-2d Hits-v naics: 333310 psc: 6910 introduction the Naval Air Warfare Center Training Systems Division (nawctsd) Orlando, Fl Intends To Sole Source The E-2d Hawkeye Integrated Training Systems (hits)-v Effort To Rockwell Collins Simulation & Training Solutions (rcsts), Llc Of Cedar Rapids, Iowa Under The Authority Of 10 Usc 3204 (a) (1) As Implemented By Far 6.302-1. Rcsts Is The Only Source Which Possesses The Required Source Data And Training Media Baseline Information Necessary To Timely Deliver An Updated Hits Training Device. In Order To Comply With Pgi 206.301-1 The Government Is Seeking Information On The Availability Of Potential Comparable Sources To Provide E-2d Hits Products To The Fleet. Responses To This Sources Sought Will Be Utilized To Ensure No Comparable Source Is Available And More Advantageous To The Government. place Of Performance the E-2d Hits-v Effort Involves The Following Training Systems: -weapons Systems Trainers (wsts; Inclusive Of Tactics Trainers, Aircrew Procedure Trainers, Operational Flight Trainers); Norfolk, Va; Pt Mugu, Ca; Iwakuni, Ja -distributed Readiness Trainers (d-drts), Norfolk, Va; Pt Mugu, Ca; Fallon, Nv; Iwakuni, Jpn; Oceana, Va (ddrt-7) -special Program Advanced Readiness Trainers Ashore/afloat (sparta), Norfolk Va; Pt Mugu; Ca; Iwakuni, Ja, Fallon, Nv; Joint Training Facilities (various In Conus); Cvn’s (as Directed); Tactragru Lant And Pac (va And Ca) -part Task Trainers, Norfolk, Va -mission Rehearsal, Mission Brief/de-brief, And Mission Visualization May Be Required To Meet Fleet Readiness And Training Requirements; Norfolk, Va; Pt Mugu, Ca; Fallon, Nv; Iwakuni, Jpn; Cvn’s (via Sparta) -systems Integration Lab (development Devices Wst, D-drt And Sparta), Sterling, Va -maintenance Devices, Binghamton, Ny disclaimer this Source 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. program Background hits Are A Combination Of Media, Curriculum, And Courseware Which Provides An Immersive Training Environment For E-2d Aircrew And Maintenance Personnel. The Hits Products, Developed By Rcsts On Competitively Awarded Delivery Orders, Are Designed To Be A Multi-media Instructional Platform That Integrates Instructor Led Training, Computer Based Courseware, And Complex, High Fidelity Training Devices To Meet Approved Proficiency And Qualification Curriculum. It Reports Readiness Within A Training Management System To Facilitate Efficient Student Production While Reducing Development And Operational Support Costs To The E-2d Program. ongoing Market Research Performed By The Government Supports There Does Not Exist A Commercially Available Item Or Non-developmental Item To Satisfy The Government’s Requirement. Notwithstanding The Market Research, An Ancillary Reason Is Due To The Integrated Requirements Of Hits Products In Content, Networking, And Interoperability. Segregating Products Into Multiple Contract Actions Outside Of A Sole Source Hits Environment Is Not Viable And Doing So Will Induce A Prohibitive Risk Of Incompatibility Between Training Media And An Unacceptable Cyber Security Posture Within The Hits Secure Network Enclave. the E-2d Hits-v Contract Involves The Procurement Of The Following: Additional Production D-drts Will Be Ordered When Required By The Fleet. Sparta Training Devices Will Be Ordered To Support Sims@sea Program And Joint Simulated Environment (jse) Integration Labs As E-2d Advanced Hawkeye Training Demand Continues To Mature. Other Training Devices (part Task Trainers, Maintenance Training, Mission Rehearsal, Mission Brief/de-brief And Mission Visualization) May Be Required To Meet Fleet Readiness And Training Requirements. All Hits Devices May Require Modifications And Upgrades That Include Technology Refreshes, Modifications To Address Obsolescence, And Modernization Of Visual Display Systems; These Include Hardware And Software Changes. interim Contractor Support (ics) For The Newly Fielded E-2d Ahe Training Device Capabilities Will Be Included And The Training System Logistics Support, Spares, And Training (maintenance And User) To Facilitate Successful Transitioning Of The Hits To The Post-delivery Support Phase Is Required. hits-v Will Also Include Aircraft-to-simulator Concurrency Updates Reflecting The E-2d System Software Configuration (dssc) Progression And Respective Engineering Change Proposals (ecp) And Aircraft Change Directives (acd) To Be Retrofitted Into The Entire Suite Of Hits Devices. To Facilitate Concurrency In Both Aircraft And Navy Continuous Trainer Environment (ncte) Configurations, Systems Integration Labs Must Be Supported And Maintained As Capital Investments To Reduce Risk And Software Integration Time On Delivered And Operational Training Systems. Participation In The Live/virtual/constructive Navy And Joint Environments Will Challenge The Common Software Configuration And Agile Development Environments And May Require New And Emergent/nascent Technologies To Remain Concurrent With The Aircraft As Pacing The Threat Becomes More Compressed. The Preponderance Of Work Will Be Accomplished At Classification Levels Commensurate With The E-2d Aircraft Program. The Anticipated Award Date Is Fiscal Year (fy) 2026 With Deliveries In Fy2027-2030. required Capabilities the Government Requires The Design, Development, Integration, Installation, And Test Expertise To Produce New And Modified Training Devices, Access To Use Necessary Training Media Source And Design Data, And Provide Logistics Support To Meet The Government Required For Training (rft) Date Of Fy2029. special Requirements any Resultant Contract Is Anticipated To Have A Security Classification Level Of Secret To Top Secret / Special Compartmentalized Information (sci) Along With Special Program Access. Any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment In Accordance With Dfars Clauses 225.7003 And 252.225-7009, Unless An Exception Applies. eligibility the Applicable Naics Code For This Requirement Is 333310 (commercial And Service Industry Machinery Manufacturing), Which Carries A 1,000 Employee Small Business Size Standard. The Product Service Code (psc) Is 6910 (training Aids). limitation On Subcontracting if You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14, “limitations On Subcontracting,” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May 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 Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf]. to Assist In Our Market Research And Determination 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, Unique Entity Id, And Cage Code Of The Specific Company(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Small Business Size Status Under The Naics Code That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination. small Businesses Please Address The Following As Appropriate: A. Identify Your Firm’s Cage Code B. Identify If Your Company Is Considered Small Under The Size Standard Associated With The Chosen Naics Code. C. Identify Your Company’s Socio-economic Status [i.e., Wosb, Edwosb, Sdvosb, Hubzone, Or 8(a)]. D. Please Address If Your Company Is Interested In Participating As A Prime Or Subcontractor. If Interested In The Prime Contractor Role And Plan On Subcontracting To Other Companies In Order To Deliver Technical Capability, Please Provide Details On Exactly Which Tasks Will Be Assigned To Those Subcontractors; In Addition, Provide The Names Of Those Anticipated Subcontractors, And List The Anticipated Percentage Of Small Business Subcontracting. if You Are A Small Business Interested In Subcontracting Opportunities For This Effort, Please Contact The Rockwell Collins Small Business Liaison Office Poc, Amber Hanlon, (319) 263-9506, Amber.hanlon@collins.com. submission Details this Sources Sought Notice Is Not A Request For Competitive Proposals. It Is A Notice To Determine If A Comparable Source Exists For Purposes Of Market Research And Outline The Government’s Intent To Contract On A Sole Source Basis With Rcsts. Interested Sources Shall Submit Their Written Technical Capabilities To Provide The Supplies Described Above. Written Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. All Responses Shall Include Company Name, Company Address, Company Business Size & Applicable Socio-economic Category(ies), And Points Of Contact Including Name, Phone Number, Fax Number, And E-mail Address. detailed Written Capabilities Must Be Submitted By Email To Sarah Landers (sarah.y.landers.civ@us.navy.mil) In An Electronic Format That Is Compatible With Ms Word, No Later Than 9am Eastern On03 February 2025. Verbal Submissions Via Phone Will Not Be Honored. Information And Materials Submitted In Response To This Request Will Not Be Returned. Classified Material Shall Not Be Submitted.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. 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.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice page 4 Of 4 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 4 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. solicitation Number 36c25725q0196 Is Issued As A Request For Quote (rfq). the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04. this Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb), With The Associated Naics Code Of 541690, Which Has A Small Business Size Standard Of $40 Million. the Contractor Shall Provide The Services For Medical Physicistat The North Texas Veterans Health Care System (ntvhcs). see Attached Schedule For The Contract Line-item Number(s), Quantities, And Statement Of Work. the Anticipated Start Of The Period Of Performance Date For The Services Is Approximately January 20, 2025. the Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: (a) This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb). The Vendor Must Be Registered Under Naics 541690 To Be Eligible For Award. late Quotes Or Documentation May Be Accepted If Advantageous To The Government. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show: 1) Solicitation Number. 2) The Time Specified In The Solicitation For Receipt Of Offers. 3) The Name, Address, And Telephone Number Of The Offeror. 4) Acknowledgment Of Solicitation Amendments. 5) A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Service Literature, Or Other Documents, If Necessary; 6) Terms Of Any Express Warranty; 7) Price And Any Discounts; 8) Remit To Address, If Different Than Mailing Address; 9) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); 10) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (e) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. 11) Attachment C Cover Letter (attached) Filled Out By The Offeror. attachment D Vendor S Questionnaire For Technical Evaluation (attached) Filled Out By The Offeror. quoter Shall Provide At Least Two (2) References For Similar Contracts In The Public Or Private Sector. all Vendors Interested In Responding To This Solicitation Must, At Minimum, Provide The Following Documentation: 1. Completion Of B.2 Price/cost Schedule. 2. Completion Of E.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (not Required If Completed On-line In Sam.) 3. Far Provision 52.204-24 Is A Contractor Fill-in Requirement And Must Be Completed In Sam On-line Before Providing An Offer. 4. Proof Of Experience Working With/as Medical Physicist Which Must Include Authorized Certifications And Understanding Of Performance Sent To North Texas Veterans Health Care System (ntvhc) the Following Submissions Are Required To Be Able To Evaluate Each Offer/quote Iaw 52.212-2 Evaluation - Commercial Products And Commercial Services: 1) Technical Capabilities: a) Contractor Shall Submit Evidence Of The Reliability, Ability, Experience, Equipment, Facilities, And Personnel Directly Employed Or Supervised By Them To Render Prompt And Satisfactory Delivery Of Mirion 55tw Dose Calibration System: Iaw Sow. 3) Delivery Commitment: a) Contractor/licensee Shall Submit Proof Of Having An Available And Adequate Supply Of Products To Meet The Requirements Of The Computer Peripherals For Va North Texas And Proof Of Contingency Supply Chain To Prevent Disruptions. b) Contractor Shall Submit Evidence And Understanding Of Delivery Location. 4) Pricing: a) Contractor Shall Submit Pricing For 1 Each And Any Other Pricing Factors Depending On The Quantity In The Price Schedule, Which Incorporates All The Requirements Within The Statement Of Work. Offeror Must Complete And Return The Price Schedule (b.2 Price). b) The Offeror Shall Add A Statement Stating, The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers . *failure To Submit A Complete Offer May Result In An Unacceptable Determination. (end Of Addendum To 52.212-1) please Be Advised: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation For Further Details): 1) Technical Acceptability Iaw Sow 2) Certifications 3) Ability To Start On Expected Period Of Performance 4) Price factor 1: Technical Acceptibility quotes Will Only Be Considered From Those Who Are Regularly Involved In The Business Called For As Listed In Statement Of Work (sow). 1) : The Contractor Shall Provide All Personnel, Transportation, Imaging Phantoms, Equipment And Software To Supply Nuclear Medicine Specialty Medical Physicist Services In Support Of The Veterans Affairs North Texas Health Care System (vanthcs) Nuclear Medicine Service. factor 2: Certifications (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation) prior To Commencing Work All Contractor Employees Shall Meet Certain Criteria To Perform Work Under This Contract As A Medical Physicist. factor 3) Period Of Performance the Period Of Performance Will Be From January 20th, 2025 Through January 19th, 2026 With The Possibility Of Additional Option Years To Extend The Contract. This Position Will Include A Low-level Background Investigation. factor 5: Price 1) Pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule With The Correct Unit Price And Total Amounts. 2) Period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers. prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offeror Must Complete Far 52.204-24 Must Be Completed In Sam On-line. offeror Must Complete Far 52.212-3 Offeror Representations And Certifications offers Are Due By January 15, 2025 By 13:00 Cst. Offers Must Submitted By Email (see Size Limit Note Below) To Oneka Robertson At Oneka.robertson@va.gov . due To Email Constraints By The Va, It Is Requested That Emails Being Sent To The Poc Be No Larger Than 7mb. Multiple Emails Can Be Sent To The Poc For An Offer. If An Offer Is Sent In Multiple Parts, It Is Recommended That A Confirmation Request Be Included In The Final Email, For The Poc To Acknowledge That All (parts) Of The Offer Have Been Received. see Attached Documents: see Attached Document: 36c25725q0196 see Attached Document: Cover Letter see Attached Document: Vendor S Questionnaire see Attached Document: Wage Determination
Closing Date15 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m. the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 cultural Landscape Report 1 jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital. the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance. in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025. place Of Performance/place Of Delivery address: 2250 Leestown Road, Lexington, Ky postal Code: 40511 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable: subparagraph (b)(18)(i) subparagraph (b)(18)(ii) subparagraph (b)(25) subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: previous Work Performance Ratings price the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact nathan Hutchison Contract Specialist (615) 867-6000 Ext 28147 nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m. the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 cultural Landscape Report 1 jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital. the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance. in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025. place Of Performance/place Of Delivery address: 2250 Leestown Road, Lexington, Ky postal Code: 40511 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable: subparagraph (b)(18)(i) subparagraph (b)(18)(ii) subparagraph (b)(25) subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: previous Work Performance Ratings price the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact nathan Hutchison Contract Specialist (615) 867-6000 Ext 28147 nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents 
8281-8290 of 8412 archived Tenders