Computer Tenders

Computer Tenders

Government Of New Brunswick Tender

Others
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Analytical Services To Determine The Geochemistry Of Rocks And Till Samples. 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. 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. 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. 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.

Civil Service Commission Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 490.8 K (USD 8.4 K)
Details: Description No. Description Quantity Unit Measure Unit Cost Total Cost 1 Alcohol, Ethyl, 1 Gallon 20 Gallon 357.00 7,140.00 2 Sign Pen, Extra Fine Tip, Black 194 Piece 24.00 4,656.00 3 Sign Pen, Fine Tip, Blue 54 Piece 30.00 1,620.00 4 Sign Pen, Extra Fine Tip, Red 3 Piece 24.00 72.00 5 Sign Pen, Fine Tip, Red 13 Piece 30.00 390.00 6 Battery, Dry Cell, Size Aa, 2s 15 Pack 55.00 825.00 7 Battery, Dry Cell, Size Aaa, 2s 20 Pack 65.00 1,300.00 8 Broom (walis Tambo) 10 Piece 155.00 1,550.00 9 Broom (walis Ting-ting) 8 Piece 28.50 228.00 10 Disinfectant Spray, 340g 16 Can 450.00 7,200.00 11 Rags 20 Kilo 80.00 1,600.00 12 Trashbag, Small Size 20 Roll 66.00 1,320.00 13 Trashbag, Large Size 20 Roll/pack 65.00 1,300.00 14 Trashbag, Xl Size 30 Roll/pack 85.00 2,550.00 15 Tape, Masking, 48 Mm 25 Roll 65.00 1,625.00 16 Tape, Packaging, 48 Mm 16 Roll 30.00 480.00 17 Clip, Backfold, 32mm 15 Box 36.50 547.50 18 Correction Tape 220 Piece 18.50 4,070.00 19 Cutter/utility Knife, For General Purpose 5 Piece 34.00 170.00 20 Data File Box 30 Piece 160.00 4,800.00 21 Envelope, Expanding, Kraft 3 Box 1,250.00 3,750.00 22 Fastener, Metal 15 Box 80.00 1,200.00 23 Folder, Pressboard 100's 5 Box 1,500.00 7,500.00 24 Marker, Whiteboard, Black 10 Piece 40.00 400.00 25 Marker, Whiteboard, Blue 6 Piece 40.00 240.00 26 Paper Clip, Vinly/plastic Coated, 33mm 12 Box 11.00 132.00 27 Puncher, Paper, Heavy Duty 1 Piece 169.00 169.00 28 Rubber Band No. 18 12 Box 148.00 1,776.00 29 Stamp Pad, Felt, No. 2, With Voilet Ink 50 Piece 47.00 2,350.00 30 Scissors, Symmetrical/asymmetrical 50 Pair 65.00 3,250.00 31 Stapler, Standard Type 47 Piece 120.00 5,640.00 32 Computer Continuous Form, 1 Ply, 280mm X 378mm 2 Box 1,500.00 3,000.00 33 Notepad, Stick-on, 50mm X 76mm 20 Pad 35.00 700.00 34 Paper, Multicopy A4, 70gsm 249 Ream 195.00 48,555.00 35 Paper, Multicopy Legal, 70gsm 294 Ream 215.00 63,210.00 36 Sticker Paper, A4, Glossy 11 Pack 55.00 605.00 37 Double Sided Tape, 1" 19 Roll 110.00 2,090.00 38 Plastic Fastener 11 Box 45.00 495.00 39 Extension Cord Industrial, 10 Meters, Wheel Tpye, 8 Piece 1,500.00 12,000.00 40 Deodorant Cake 50 Piece 57.00 2,850.00 41 Keyboard 1 Unit 550.00 550.00 42 Waste Basket With Swing Lid, 8l 10 Piece 170.00 1,700.00 43 Led Bulb 13 Watts 15 Piece 181.00 2,715.00 44 "fabric Conditioner, 900ml " 12 Bottle 255.00 3,060.00 45 Toilet Brush Big 2 Piece 88.00 176.00 46 Bleaching Solution, Gallon 16 Gallon 209.00 3,344.00 47 Glue, All-purpose, 240 Grams, Dries Quickly, Extra Strong 15 Piece 145.00 2,175.00 48 File Storage Box, With Cover 10 Piece 550.00 5,500.00 49 Dishwashing Liquid, Antibac, 475 Ml 40 Bottle 235.00 9,400.00 50 Certificate Holder A4 200 Piece 60.00 12,000.00 51 Door Mat, Cotton 24 Piece 50.00 1,200.00 52 Door Mat, Rubber 10 Piece 190.00 1,900.00 53 Disposable Gloves, Large, 100 Pieces Per Box 1 Box 290.00 290.00 54 Sign Pen, 1.0 Black, With Grip, 12s 7 Box 1,100.00 7,700.00 55 Toilet Bowl Brush, Long Handle, With Brush Holder 4 Piece 60.00 240.00 56 Sign Pen, 1.0 Blue, With Grip, 12s 1 Box 1,100.00 1,100.00 57 Interfolded Paper Towel 175 Sheets/pack 3 Pack 82.00 246.00 58 Gloves Latex For Cleaning 10 Pair 137.00 1,370.00 59 Gloves With Rubber(working Gloves) 4 Pair 150.00 600.00 60 Bond Paper 8.5x11 (letter), 70gsm 5 Ream 195.00 975.00 61 Alcohol, Ethyl, 150ml 380 Bottle 60.00 22,800.00 62 Paper, Multipurpose Legal, Green, 70gsm, 500 Sheets/ream 10 Ream 231.00 2,310.00 63 Glue, All-purpose, 40 Grams, Dries Quickly, Extra Strong 500 Piece 41.80 20,900.00 64 Envelope, Expanding, Plastic, 50s 1 Box 70.00 70.00 65 Marker, Jumbo, Broad 5 Piece 90.00 450.00 66 Marker, Permanent, Fine, Double Tip 450 Piece 55.00 24,750.00 67 Sticker Paper, Matte, A4, 10pcs/pack 10 Pack 88.00 880.00 68 Pay Envelope, 500s 10 Box 400.00 4,000.00 69 Ink Cartridge, Epson C13t664100 (t6641), Black, Genuine 6 Cart 350.00 2,100.00 70 Ribbon Cartridge, Epson C13s015632, Black 3 Cart 250.00 750.00 71 Toner Cartridge, Hp Cb435a, Black, Genuine 4 Cart 5,445.00 21,780.00 72 Toner Cartridge, Hp Ce278a, Black, Genuine 2 Cart 4,567.00 9,134.00 73 Toner Cartridge, Hp Cf226a (hp26a), Black Laserjet, Genuine 2 Cart 6,405.00 12,810.00 74 Toner Cartridge, (hp19a) Black Laserjet, Genuine 10 Cart 4,950.00 49,500.00 75 Toner Cart, Hp 79a, Black, Genuine 2 Cart 5,280.00 10,560.00 76 Epson Ink 003 Black, Genuine 13 Bottle 528.00 6,864.00 77 Epson Ink 003 Cyan, Genuine 7 Bottle 385.00 2,695.00 78 Epson Ink 003 Magenta, Genuine 7 Bottle 385.00 2,695.00 79 Epson Ink 003 Yellow, Genuine 7 Bottle 385.00 2,695.00 80 Epson Ink 005s Black, Genuine 5 Bottle 715.00 3,575.00 81 Epson 008 Ink, 127ml, (black), Genuine 3 Bottle 990.00 2,970.00 82 Epson 008 Ink, 127ml, (cyan), Genuine 2 Bottle 825.00 1,650.00 83 Epson 008 Ink, 127ml, (magenta), Genuine 2 Bottle 825.00 1,650.00 84 Epson 008 Ink, 127ml, (yellow), Genuine 2 Bottle 825.00 1,650.00 85 Riso Cz180 Ink, Black 10 Bottle 1,335.00 13,350.00 86 Tape, Masking, 24mm 142 Roll 61.248 8,697.22 Please Quote Per Line Item

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Performance Work Statement (pws) uninterruptible Power Supply Preventative Maintenance department Of Veterans Affairs (va) veterans Health Administration (vha) (brief Scope Of Work) purpose veterans Affairs Has A Requirement For Uninterruptible Power Supply Preventative Maintenance Services At The Eastern Oklahoma Va Health Care System (eovahcs). Services Are To Be Performed In Accordance With This Pws And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission. this Is A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Va Employees For Any Purpose Of Fulfilling The Sow And Shall Be Considered Employees Of The Contractor. c&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. location: eastern Oklahoma Va Health Care System (eovahcs) 921 Ne 13th St. oklahoma City, Ok 73104 tasks And Requirements: title Of Project: Eaton Three Phase Uninterruptable Power Supply (ups) Service Plan. scope Of Work: The Contractor Shall Provide Inspection And Preventative Maintenance On The Power Module And Batteries Annually. Battery Replacement Is Not Included. The Ups Is Located In Building 22 At The Jack C. Montgomery Vamc. The C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. services Include: 7x24 Emergency Service Coverage Including Parts, Labor And Travel annual 5x8 Preventive Maintenance Inspection annual 5x8 Comprehensive Battery Inspection eight (8) Hour (maximum) Response Time web Access To Service History background: Ups Is Utilized At The Jack C. Montgomery Va Medical Center To Prevent Any Power Fluctuations That May Affect Any Computer Equipment In The Server Room. Equipment To Be Covered Is: eaton 9355-30 Serial Number Ea024kxx10 description Of Tasks And Associated Deliverables: The Contractor Shall Provide Inspection Of All Ups Components And Batteries In Accordance With Manufacturer S Recommendations. If For Any Reason, Any Deliverable Cannot Be Delivered On Time According To The Below Schedule, The Contractor Shall Provide A Written Explanation Three Days Prior To The Due Date To The Contracting Officers Representative (cor). This Written Transmittal Shall Include A Firm Commitment Of When The Work Shall Be Completed. This Transmittal Shall Include A Firm Commitment Of When The Work Shall Be Completed. This Transmittal To The Cor Shall Cite Reasons For The Delay And The Impact On The Overall Project. The Cor Will Review And Issue A Response In Accordance With The Contract Terms And Conditions. specifically, The Contractor Shall: task One: The Contractor Shall Inspect All Ups Components In Accordance With Manufacturer S Recommendations. Corrective Maintenance Coverage: Inspection And Repair Of The Electronic Portion Of The Ups (or Other Equipment Type), Or Power Module deliverable One: Visual Inspection inspect All Printed Circuit Board Connections For Cleanliness, Swab Contacts If Necessary. inspect All Power Connections For Signs Of Overheating. inspect All Subassemblies, Bridges And Legs For Signs Of Component Defects Or Stress. inspect All Dc Capacitors For Signs Of Leakage. inspect All Ac Capacitors For Sings Of Leakage. inspect And Inventory All Customer-owned Spare Parts. inspect For, And Perform As Required, Any Open Engineering Changes. internal Operating Parameters dc Ground Detection Offset (if Applicable) inverter Leg Current Average Balance (if Applicable) output Filter Current Average Phase Balance rectifier Bridge Current Average Leg Balance ac Protection Settings Are Checked dc Protection Settings Are Checked input And Output Frequency And Voltage Bandwidth Settings Are Checked verify Dc Filter Capacitance verify Ac Tank And Trap Filter Capacitance power Supply Voltages And Waveforms external Operating Parameters system Input Voltages (all Phases) system Input Currents (all Phases) dc Charging Voltages (float And Equalize), Record Settings, Adjust To Nominal rectifier Phase On And Walk Up inverter Phase On And Walk Up adjust All Panel Meters To Measured Values system Bypass Voltages (all Phases) manual And Uv Transfer Testing, Verify Uninterrupted Transfer Waveform (if Applicable) outage Simulation And Battery Capability Testing And Verify Charger Current Limit generator Operation And Interface Verification (if Applicable) environmental Parameters ups Area Ambient Temperature And Condition Of Ventilating Equipment general Cleanliness Of Ups Power Module general Cleanliness Of Ups Area replace All Air Filters clean Control Panel/crt Screen flywheel Only: Drain Oil And Change Oil And Filters battery Cabinet Checks general Appearance Of Battery System general Cleanliness Of Battery System Area inspect Cells For Physical Abnormalities inspect All Dc Connections For Abnormalities battery System Area Ambient Temperature And Condition Of Ventilating Equipment for Internal Batteries Only, Measure And Record: overall Battery Float Voltage charger Input Current And Voltage negative Terminal Temperature Of One Cell/battery Per Battery Cabinet Shelf Or Rack Tier monitoring System Parameters alarm Archive Review And Printing alarm Lamp Test-local And Remote (if Applicable) replace All Open Monitor Bulbs review Battery Test In History (if Applicable) general customer Consultation verbal Recommendations general Observations task Two: The Contractor Shall Inspect All Ups Batteries In Accordance With Manufacturer S Recommendations deliverable Two: Measure And Record Battery Performance individual Cell/battery Float Voltages And Overall Float Voltage charger Output Current And Voltage ac Ripple Current And Voltage Imposed On Battery internal Ohmic Values Of Each Cell/battery Or Perform A Continuity Test Of Each Cell/battery connection Resistance Of 10% Of The Inter Cell/battery Connection ambient Temperature negative Terminal Temperature Of One Cell/battery Per Battery Cabinet Shelf Or Rack Tier visually Inspect Conditions And Appearance Of The Following connection Terminal Inter Cell/battery Connectors, Cables And Associated Hardware cell/battery Covers, Containers And Post Seals battery Racks Or Cabinets And Associated Components And Hardware cell/battery Jar Or Cover, Noting Any Excessive Distortion perform Cleaning Of All Accessible Surfaces As Required measure And Record The Connection Resistance Of 100% Of The Inter Cell/battery Connections Yearly re-torque Any Connection Where The Resistance Is Above 20% Of The Average Yearly the Technician(s) Will Issue The Customer A Verbal Report Summarizing The Condition Of The Battery And Identifying Any Critical Issues Before Leaving The Customer S Site. a Detailed Report Containing All Reading And Observations Will Be Sent To The Customer Within 5 Business Days technical Support 7x24: Technical Support Via Telephone Or Email. Contractor Shall Be Available To Answer Product Or Support Questions. Attachment A schedule Of Deliverables deliverable No. task 1 item visual Inspection delivery Date within 30 Days After Contract Award task 1 internal Operating Parameters within 30 Days After Contract Award task 1 external Operating Parameters within 30 Days After Contract Award task 1 battery Cabinet Checks within 30 Days After Contract Award task 1 monitoring System Parameters within 30 Days After Contract Award task 1 general within 30 Days After Contract Award task 2 measure And Record Battery Performance within 30 Days After Contract Award task 2 visually Inspect Conditions And Appearance within 30 Days After Contract Award task 2 technical Support 7 X 24 at Contract Award important Note: This Sources Sought Is For Information Only (to Determine The Socioeconomic Status Of Interested Companies). No Award Will Be Made Off Of This Posting. limitations Of Subcontracting: The Limitations Of Subcontracting May Or May Not Apply To A Resulting Solicitation From This Market Research. Vendors Are Advised To Familiarize Themselves With Federal Acquisition Regulation Parts 19.505(a)(2) And 19.505(b)(1) As It Pertains To Subcontracting Limitations. Vendors Are Also Advised To Familiarize Themselves With 13 Cfr 125.6 And The Penalties Described In This Regulation. please Communicate Via E-mail To Tiffani.perkins@va.gov By Cob 2/11/2025 As To Your Company S Interest And Ability To Perform Service Per This Brief Scope Of Work. if Interested, Please Provide The Following: please State Your Company S Business Size As Related To Naics Code 811210 as Per The Limitations Of Subcontracting: (see Far 19.505) as Primary Contractor: What % Of Total Contract Value Will You Retain? if Using A Subcontractor: What % Of Total Contract Value Will Go To Them? please Provide Sams Unique Entity Identifier Number if You Have An Fss/gsa Contract That Includes This Service provide Fss/gsa Contract Number If Applicable â  in Order For You Company S Information To Be Counted In Relation To This Market Research All Above Questions Must Be Answered.

UNITED STATES GOVERNMENT PUBLISHING OFFICE USA Tender

Publishing and Printing
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
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

Government Of New Brunswick Tender

Others...+2Machinery and Tools, Electrical and Electronics
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
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.

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents 
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.

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents 
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.

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE NAVY USA Tender

Education And Training Services...+1Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
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.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Description: Hardware this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Betasam. The Rfq Number Isspmym325q9005. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions.the Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov.the Fsc Code Is 5305 And The Naics Code Is 332722. This Requirement Is Being Processed Utilizing A 100% Small Business Set-aside. The Small Business Standard Is 600. solicitation Closes On Monday, January 20, 2025, At 12:00pm Est. note: Offerors Must Complete The Attached Combined Synopsis Solicitation Spmym325q9005 And Attached Provisions And Clauses And Include The Completed Provisions With Their Offer To Be Considered For Award.quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil *** evaluation Criteria Is Lowest Price Technically Acceptable (lpta) And “all Or None”. If No Offers Are Received Which Meet Or Exceed The Government’s Rdd Provided Below, Award May Proceed To The Lpta Offeror And May Be Made Based On Soonest Delivery. Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. Government Rdd: 05/22/2025 offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. Place Of Manufacture / Country Of Origin Required. quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil your Company Info: phone: email: cage Code: **note: Vendor Shall List The Country Of Origin For Each Line Item ship To: portsmouth Naval Shipyard receiving Officer bldg 170 kittery, Me 03904 the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: item Description Qty U/i Unit Price Total Price clin 0001: Socket Head Slf Lkg 16 Ea ________ _________ Capscrew socket Head Self-locking Capscrew, 0.500-13unc-3a X 3.500 In. Lg. mfr Iaw Ff-s-86h Type Vi. Note That Para 3.1.4 & Para. 3.2.5 Of Ff-s-86h Is In Error. Fasteners Are To Meet The Requirements Of Table X Not Table Viii. Mat’l Is Nicu Alloy, Qq-n-281d Amend 2. Self-locking Iaw Mil-dtl-18240f Amend 1 Type “any”. Markings Of A Minimum 6 Dots (approx. 0.032) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Nece Ssary). clin 0002: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____ see Exhibit A Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0003: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____ see Exhibit A Seq A002: Cdrl Di-misc-80678 (certification/data Reports). clin 0004: Socket Head Slf Lkg 80 Ea ________ _________ Capscrew same As Clin 0001. clin 0005: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____ see Exhibit B Seq B001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0006: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____ see Exhibit B Seq B002: Cdrl Di-misc-80678 (certification/data Reports). clin 0007: Socket Flat Countersunk Head 250 Ea ________ _________ Slf Lkg Capscrew socket Flat Countersunk Head Self-locking Capscrew, 0.500-13unc-2a X 2.125 In. Lg. Mfr Iaw Mil-dtl-1222j Type Ii. Mat’l Is Nicual Alloy, Qq-n-286g. Make Self-locking Iaw Mil-dtl-18240f Amend 1 Type “l Or P”. Markings Of A Minimum (6) Dots (approx. 0.032 Dia) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred. Side Location If Necessary). clin 0008: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____ see Exhibit C Seq C001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0009: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____ see Exhibit C Seq C002: Cdrl Di-misc-80678 (certification/data Reports). clin 0010: Socket Flat Countersunk Head 250 Ea ________ _________ Slf Lkg Capscrew same As Clin 0007. clin 0011: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____ see Exhibit D Seq D001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0012: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____ see Exhibit D Seq D002: Cdrl Di-misc-80678 (certification/data Reports). clin 0013: Hex Head Slf Lkg Bolt 12 Ea ________ _________ hex Head Self-locking Bolt, 0.500-13unc-3a X 2.0 In. Long. Mfr Iaw Astm F468-23. Material Is Titanium Iaw Astm B348-21 Grade 5 (eli). Self-locking Iaw Mil-dtl-18240f Amend 1 Type “n”. Markings Of A Minimum Six (6) Dots (approx. 0.032 Dia.) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Necessary). clin 0014: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____ see Exhibit E Seq E001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0015: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____ see Exhibit E Seq E002: Cdrl Di-misc-80678 (certification/data Reports). clin 0016: Hex Head Slf Lkg Bolt 36 Ea ________ _________ same As Clin 0013. clin 0017: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____ see Exhibit F Seq F001: Cdrl Di-misc-81356a (certificate Of Compliance). clin 0018: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____ see Exhibit F Seq F002: Cdrl Di-misc-80678 (certification/data Reports). ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-25, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With Their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Items; 52.212-3, Offeror Reps And Certs 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1, Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40, Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 Reporting Executive Compensation 52.204-27 Prohibition On A Bytedance Covered Application 52.204-30 Fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 Protecting The Government's Interest 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post-award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking In Persons 52.223-11 Ozone Depleting Substances 52.223-18 Encouraging Contractors To Ban Text Messaging While Driving 52.225-3 Buy American-free Trade Agreements 52.225-13 Restriction On Certain Foreign Purchases 52.232-33 Payment By Eft-sam dfars Clauses And Provisions 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7003, Control Of Government Personnel Work Product 252.204-7004, System For Award Management 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008,prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) h10 Awardee Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C501: Correction Of Certifications ym3 C524: Controlled Industrial Material ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery (commercially Packaged Items) ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And Its Alt I If Not Updated In Sam. this Announcement Will Closeon Monday, January 20, 2025, At 12:00pm Est. The Point Of Contact For This Solicitation Is Tasha Dooley Who Can Be Reached At Tasha.dooley@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Bids Via Email At Tasha.dooley@dla.mil And Dla-kme-quotations@dla.mil. all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation *******
8281-8290 of 8405 archived Tenders