Computer Tenders

Computer Tenders

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

Adela Serra Ty Memorial Medical Center Tender

Others
Philippines
Details: Description Invitation To Bid For The Procurement Of Urine Analyzer Reagents (tie-up Basis) With Ib No. 2025-02-04 (04) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Six Million Ninety Thousand Pesos Only [php 6,090,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Urine Analyzer Reagents (tie-up Basis). Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos Only [php 10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 8:30 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 8:30 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 8:31 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot Number Description Quantity Unit Total Delivered, Weeks/months Lot 1 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Three (3) Units Of Analyzers Utilizing The Same Reagents Free Of Use. >one (1) Of The Analyzer Shall Be Installed At The Er Satellite Lab. The Two Machine Shall Be Simultaneously Functional At The Main Laboratory. One(1) Machine Shall Serves As Main Machine And The Other One (1)shall Serves As Back-up In Case The Main Machine Breaks Down To Avoid Performing Manual Urinalysis That Will Affects The Test Turnaround Time. >must Provide Complete Set Of Reagents, Controls, Calibrators, Test Tubes, Disposable Urine Container And Other Consumables Needed To Generate A Fully Automated Accurate Urinalysis Result. >quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. >payments Will Be Issued Per Delivery Of Reagents. >reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. >free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. >a Framework Agreement For A 1-year Contract Shall Be Made. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (3) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down.>failure Of Machine's Effective Functionality And Supplier's Performance Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier.>machine Should Be Supplemented With A Desktop Computer, Printer, Avr And Ups And Other Accessories To Function And Sturdy Table If Designed As Table Top. Machine Specifications: >analytical Principle/system Description: Urine Flow Cytometry/flow Imaging Technique, Photoelectric Colorimetry. > Throughput: At Least 100 Samples/hour > With Autoloader > Sample Volume: At Least 3 Ml > Built-in Reagent Strip Reader/ Chemical Testing And Visual Urine Sediment Reader In One Machine. >user Friendly Design, Simple Operation And Convenient Maintenance. >urine Strip Bottle Must Have Color Reaction Comparator For Manual Method >reagent Strip Parameters/chemical Testing (at Least 12 Parameters): 1. Urobilinogen 2. Bilirubin 3. Ketone 4. Creatinine 5. Blood 6. Microalbumin 7. Nitrite 8. Leukocyte 9. Glucose 10. Specific Gravity 11. Ph 12. Protein >microscopic Testing / Urine Sediment Visual Reading: 1. Rbc 2. Wbc 3. Non-squamous Epithelial Cells 4. Squamos Epithelial Cells 5. Bacteria 6. Mucus 7. Urine Crystals 8. Casts 9. Yeast Cells Urine Strips, At Least 12 Parameters (100's/bot) 420 Bottle 6,090,000.00 15 Calendar Days After Issuance Of A Call-off Total 6,090,000.00
Closing Date4 Feb 2025
Tender AmountPHP 6 Million (USD 104.1 K)

Government Of New Brunswick Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. *****amendment #1***** Administrative Change *************** This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Software and IT Solutions
Philippines
Details: Description Request For Quotation Supply & Delivery Of Ict Equipments Quotation No. Niar9-auditingservices-023 (svp) Company Name Pr No.: 2025-10-0006 Philgeps Ref. No.: Address Purpose: For The Use Of Coa Atl & Members Location: Balintawak, Pagadian City Date Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Together With Your Eligibility/legal Documents To Procurement Section, Regional Center, Balintawak, Pagadian City Not Later Than The Bid Submission Deadline On January 15, 2025 @ 9:00 Am. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Rex L. Armentia Bac Chairperson Supervising Engr. A Total Approved Budget For The Contract: Php 630,000.00 No. Qty Unit Agency's Specification Bidder's Specification Unit Price Total Bid Price 1 1 Unit Laptop Specifications: Processor: Intel® Core Ultra 7 258v, 8c (4p + 4lpe) / 8t, Max Turbo Up To 4.8ghz, 12mb Ai Pc Category Copilot+ Pc Npu: Integrated Intel® Ai Boost, Up To 47 Tops Graphics: Integrated Intel® Arc Graphics 140v Chipset: Intel® Soc Platform Memory: 32gb Soldered Lpddr5x-8533, Mop Memory Memory Slots: Memory Soldered To Systemboard, No Slots, Dual-channel Max Memory: 32gb Soldered Memory, Not Upgradable Storage: 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® Storage Support: One Drive, Up To 1tb M.2 2242 Ssd Storage Slot: One M.2 2242 Pcie® 4.0 X4 Slot Card Reader: None Optical: None Audio Chip: Sound Wire, Cirrus Logic Cs42l43 Codec Speakers: 4 Stereo Speakers, 2w X2 (woofers), 2w X2 (tweeters), Optimized With Dolby Atmos, Smart Amplifier Camera: Fhd 1080p + Ir With E-shutter, Tof Sensor Microphone: 4x, Array Battery: Integrated 70wh Power Adapter: 65w Usb-c® (3-pin) Design Display: 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3 2 3 Unit Tablet Computer Specifications: Dimensions: 247.6 X 178.5 X 6.1 Mm (9.75 X 7.03 X 0.24 In) Weight: 462 G (1.02 Lb) Build: Glass Front, Aluminum Back, Aluminum Frame Sim: Esim Stylus Support Type: Liquid Retina Ips Lcd, 500 Nits (typ) Size: 11.0 Inches, 357.6 Cm2 (~80.9% Screen-to-body Ratio Resolution: 1640 X 2360 Pixels (~264 Ppi Density) Protection: Scratch-resistant Glass, Oleophobic Coating Os: Os 17.4, Upgradable To Os 18.2 Cpu: Octa-core (4 Performance Cores And 4 Efficiency Cores Memory Internal: 128gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e, Dual-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.1 Gen2, Displayport, Magnetic Connector Features Sensors: Fingerprint (top-mounted), Accelerometer, Gyro, Compass, Barometer Battery Type: Li-po 7606 Mah (28.93 Wh) 3 4 Unit Smartphone Specifications: Dimensions: 163 X 77.6 X 8.3 Mm (6.42 X 3.06 X 0.33 In) Weight: 227 G (8.01 Oz) Build: Glass Front (corning-made Glass), Glass Back (corning-made Glass), Titanium Frame (grade 5) "sim: Nano-sim + Esim + Esim (max 2 At A Time; International) Esim + Esim (8 Or More, Max 2 At A Time; Usa) Nano-sim + Nano-sim (china)" Ip68 Dust/water Resistant (up To 6m For 30 Min) Display Type: Ltpo Super Retina Xdr Oled, 120hz, Hdr10, Dolby Vision, 1000 Nits (typ), 2000 Nits (hbm) Size: 6.9 Inches, 115.6 Cm2 (~91.4% Screen-to-body Ratio) Resolution: 1320 X 2868 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection: Ceramic Shield Glass Cpu: Hexa-core (2x4.05 Ghz + 4x2.42 Ghz) Gpu: 6-core Graphics Memory Internal: 256gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e/7, Tri-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.2 Gen 2, Displayport Features Sensors: Face Id, Accelerometer, Gyro, Proximity, Compass, Barometer "ultra Wideband (uwb) Support (gen2 Chip) Emergency Sos, Messages And Find My Via Satellite" Battery Type: Li-ion 4685 Mah "charging: Wired, Pd2.0, 50% In 30 Min (advertised) 25w Wireless (magsafe), 15w Wireless (china Only) 15w Wireless (qi2) 4.5w Reverse Wired" Xxxxx Nothing Follows Xxxxx Total Amount: Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 After Having Carefully Read And Accepted The Attached General Conditions, I/we Quote You On The Items At The Prices Noted Above. Company Name Printed Name/signature/date Accomplished Contact/telephone Number Terms And Conditions 1 All Entries Must Be Printed Or Typed Written Using The Nia Prescribed Form (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. 2 The Total Approved Budget For The Contract (abc) Is Php 630,000.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected. 3 Delivery Period Is Within 30 Calendar Day(s) From Receipt Of Purchase Order (po). 4 Price Validity Shall Be For A Period Of 90 Calendar Day(s) From The Date Of Bid Opening. 5 For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot. That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6 Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration's Representative If Applicable. Bidders Shall Submit Only One (1) Copy Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In One (1) Copy Placed In One (1) Sealed. Mayor's Business Permit Professional License / Curriculum Vitae (consulting Services) Printed Copy Of Philgeps Registration Number Pcab License (infra) Income / Business Tax Return (for Abcs Above P500k) Omnibus Sworn Statement (for Abcs Above P50k) 7 If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1 Bid Quotations May Be Submitted To The Procurement Section, Regional Center, Balintawak, Pagadian City, Zamboanga Del Sur, Or Email At Niaregion9bac@gmail.com. 2 Please Make Certain To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3 Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected.
Closing Date15 Jan 2025
Tender AmountPHP 630 K (USD 10.7 K)

ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender

Others
Philippines
Details: Description Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003) - Lot 1 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of Two Hundred Twenty Thousand Pesos Only (php 220,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 11, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003) - Lot 1 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Reforming Aricultural: Employment Generation And Poultry Reduction/ Stokes/ 2023 2. 1 Pc Sensor Application In Managing Lu-season Crop Variability/ Uwera/ 2021 3. 1 Pc Urban Horticulture/ Bhanot/ 2021 4. 1 Pc Agriculture Innovation Systems In Asia/ Singh/ 2021 5. 1 Pc Production Technology Of Fruit Crops/ Patil/ 2022 6. 1 Pc Agriculture And Food Technology In Human Life/ Singh/ 2023 7. 1 Pc Agricultural Technology And Land Development Machinery/2022 8. 1 Pc Vegetables Crops Breeding/ Mulge/ 2021 9. 1 Pc Impact Of Globe Climate Change On Agricultural Productivity/ Miller 10. 1 Pc Herbicides And Weed Control/ Jhala/ 2021 11. 1 Pc Biotechnology For Food, Agriculture And Environment 12. 1 Pc Introductory Crop Science/ Ingram/ 2023 13. 1 Pc Crop Diseases Management: Principles And Practices/ James/2023 14. 1 Pc Remote Sensing And Gi's Application In Crop Mapping/ Khosravi/ 2024 15. 1 Pc Crop Production: Techniques And Technology/ Ingram/ 2023 16. 1 Pc Agricultural Implements And Machinery/ 3g E-learning/ 2023 17. 1 Pc Engineering Tolerance In Crop Plants Against Abiotic Stress/ 2022 18. 1 Pc The Latest Technologies In Agriculture And Plant Sciences: Improved Techniques, Methods, And Yields/ Fouda/ 2023 19. 1 Pc Role Of Biotechnology In Exploring And Protecting Agricultural Genetic Resources/ Ferry/ 2023 20. 1 Pc Integrated Farm Management For Sustainable Agriculture/ Recus/ 2024 21. 1 Pc Shelf-life Studiesin Food Science/ Marotirao/ 2023 22. 1 Pc Effects Of Food Processing On Bioactive Compounds/ Sharma/ 2023 23. 1 Pc Food Production And Processing/ Prakash/ 2020 24. 1 Pc Food Flavors: Generation, Analysis And Process Influence/ Kele/ 2022 25. 1 Pc Food Containing Genetically Modified Material/ Prakash/ 2023 26. 1 Pc Land Policy And Farm Management In Agriculture/ Brown/ 2023 27. 1 Pc Agriculture Trade And Marketing/ Wafullah/ 2023 28. 1 Pc Farm Management/ Kay/ 2024 29. 1 Pc Sustainable Use Of Agricultural Biodiversity In Nanotechnology/2023 30. 1 Pc Agriculture: Science And Technology/ Joseph/ 2022 31. 1 Pc Biointensive Integrated Pest Management In Horticultural Ecosystem/ Singh/ 2023 32. 1 Pc Horticulture Farming/ Kumar/ 2023 Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003)-lot 2 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty Thousand Pesos Only (php 140,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 10, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003)-lot 2 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Introduction To Molecular Biology Of Cell, Miller Bennett, 1666867241, C2024 2. 1 Pc Molecular Biology, Melton Vanessa, 1647403359, C2023 3. 1 Pc Psychology Of Human Sexuality, The \3ed., Lehmiller, 1119883954, C2024 4. 1 Pc Genetics: Analysis And Principles \8ed., Brooker, Robert 1266135170, C2024 5. 1 Pc Chemistry \10ed., Silbergberg, 1266222839, C2024 6. 1 Pc Biochemistry \10ed., Berg Jeremy, 1319498507, C2023 7. 1 Pc Events Management \4ed. Bowdin Glenn, 0367491842, C2024 8. 1 Pc Basic Knowledge Of Bartending, 3g, 1984685473, C2024 9. 1 Pc Basic Knowledge Of Front Office Management, 3g 1984685538, C2024 10. 1 Pc Basic Knowledge Of Housekeeping, 3g, 1984685503, C2024 11. 1 Pc Basic Knowledge Of Restaurant Service, 3g, 198468549x, C2024 12. 1 Pc Basic Knowledge Of Room Service, 3g 1984685481, C2024 13. 1 Pc Managing Operations Across The Supply Chain \5ed., Swink Morgan, 1266229779, C2024 14. 1 Pc Essentials Of Marketing \18ed., Cannon Joseph 1266124985, C2024 15. 1 Pc Biological Engineering For Pest Manangement, Anderson,1666867675, C2024 16. 1 Pc Biotechnology: Protection And Agricultural Genetic, Ferry Shad, 1666868868, C2024 17. 1 Pc Computer-based Study For Plant Pathology And Pannell, Chris 1666867667, C2024 18. 1 Pc Tissue Culture Techniques In Horticulture Crops, Turcotte, 1666869015, C2024 19. 1 Pc Mechanism Of Abiotic Stress Tolerance In Crop Plants, Jonathan, 1666869015, C2024 20. 1 Pc Management Of Pest And Soil In Horticulture Crops, Casper Raoul, 1666870773, C2024 21. 1 Pc Principles Of Marketing For A Digital Age \2ed. , Tuten Tracy L., 1529779790, C2024 22. 1 Pc Textbook Of Pest Control In Vegetable Crops, Wunsch Jake, 1666868531, C2024 23. 1 Pc Transgenic Technological Advances In Farmed Animals, Turner Taylor, 1666868663, C2024 24. 1 Pc Role Of Genetic Engineering In Insect Pest Management, Hatfield Henry, 1666867179, C2024 25. 1 Pc Agriculture Genetic Engineering For Crop Improvement , Avery Mark, 1666867217, C2024 26. 1 Pc Green Manuring: Approach For Soil Fertility Improvement, Treutel, Blaze, 1666870749, C2024 27. 1 Pc Plant Anatomy And Characteristics Of Soil & Water, Schamberger, 1666870838, C2024
Closing Date11 Feb 2025
Tender AmountPHP 360 K (USD 6.2 K)

Government Of New Brunswick Tender

Machinery and Tools
Canada
Description: Estimated Quantity Contract To Be Delivered As And When Required For The Period Indicated At The Request Of The Department. Quantities Or Dollar Values Stated Are An Estimate Made In Good Faith And May Vary Considerably. The Province Of N.b. Reserves The Right To Purchase More Or Lesser Amounts Depending On Requirements. Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Compressors And Vacuum Pumps Scope The Department Of Natural Resources And Energy Development Is Looking To Establish An Estimated Quantity Contract For Slid In Fire Skid An As And When Required Basis. This Contract Will Be In Place From Contract Award To December 31, 2025, With The Option To Renew For Two (2) Additional One (1) Year Terms. Option Year Pricing Pricing Will Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index (cpi). If A Mutually Agreed Upon Price Cannot Be Reached Gnb Reserves The Right To Re-tender, Re-award Or Delete The Item(s) In Question. Specification Items Must Meet Or Exceed The Specifications In The Attached Documents. The Province Will Purchase And Supply A Waterax Bb-4-23h Pump And Control Panel For Each Unit To The Successful Bidder. Connector Must Be Supplied To Connect The Pump To The Truck Battery So That It Can Easily Be Disconnected From The Truck For Maintenance. 150ft Of Rubber Hose (non-collapsible) On The Reel Must Be Included. Bidders Are Requested To Provide Detailed Specifications On The Product Being Bid With The Tender Submission. Contract Award Criteria This Tender Will Be Awarded Based On The Overall Lowest Compliant Bid Which Meets The Required Specifications And Consideration Of Other Cost Savings Incentives, Which Ever Provides The Best Overall Value To The Province Of New Brunswick. (best Overall Value Will Be Determined At The Sole Discretion Of Gnb And All Decisions Are Final.) How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Should Not Include Taxes. When Stating "unit Price," Vendors Must Include Delivery To The Shipping Address Detailed Above. The Bid Price Must Include Any Additional Costs And/or Charges That May Apply. All Prices Must Be Fob Destination, Freight Prepaid. Do Not Include Any Sales/hst Taxes In The Prices Quoted In The Tender Document. Delivery And Price Vendor(s) Are To Deliver The Goods To The Addresses Detailed Above Upon Receipt Of An Official Release Against This Contract. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 (seven) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At (far 13), As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6014x). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice 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 And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is (5340) And The Naics Code Is (331491). The Small Business Standard Is 900 Employees.this Requirement Is Being Processed Utilizing As Full And Open Competition. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: interested Parties Must Fill Out The Request For Quote Titled, “25q6014x Rfq Required” In The Attachment Section. item Description Qty U/i 0001 Safety Track Assy 1680 Ft Safety Track Assy To Consist Of Plate (similar To Pc 23 Of Dwg 179-6985175 Rev Xa): 0.625-in Thk/ Mil-s-22698 / Eh-36t, Cl-p And I Section (similar To Pc 24 Of Dwg 179-6985175 Rev Xa): S6 X 17.25 / 6.000" X 3.625" X 17.25# / Mil-s-22698 / Ah-36, Cl-u. Fabricate 20-ft Sections Similar To Assy Sa5t Of Dwg 179-6985175/xa (see Sheets 21 & 21-1). Joint To Weld I-section To Plate Shall Be A 3/8-in Pt2s.1 In Accordance With Mil-std-1688. A Vt And Mt Inspection Shall Be Conducted In Accordance With T9074-ad-gib-010/1688 The Welding And Inspection Process Shall Be Captured With A Code 138 Qualified Welding Procedure. C503 Dwg 6985175/xa Is Saved In The Drawing File Under Doc# 427542811 In The "p" Drive. **do Not Add Holes Into Sections As Shown In Detail 19-4e Of Dwg 179-6985175 Rev Xa. Holes Shall Be Completed Once Section Is Cut To Length And Preped On Site.** *note: Drawings To Be Provided Separately Upon Request And Receipt Of A Valid Dd Form 2345 And Signed Security Agreement. 0002 Data Requirements For 0001 1 Ea Nsp Nsp A001 Exhibit A, Seq A001 See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance) 0003 Data Requirements For 0001 1 Ea Nsp Nsp A002 Exhibit A, Seq A002 See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (certificate / Data Report) 0004 Data Requirements For 0001 1 Ea Nsp Nsp A003 Exhibit A, Seq A003 See Exhibit “a” Seq A003: To Be Vendor's Weld Procedures Per Navsea Tech Pub T907 4-ad-gib-0 10/1688 Rev-i And Dwg-6985175/xa. The Vendor Must Submitt Their Welding Procedures To Pns Code 138.2 Prior To Performing Any Welding. Di-misc-80875 And Pns Clause C.513 Apply. 0005 Data Requirements For 0001 1 Ea Nsp Nsp A004 Exhibit A, Seq A004 See Exhibit “a” Seq A004: To Be Vendor's Vt Procedure. Vendor Shall Submit Their Vt Procedure Ia W Navsea Tech Pub T9074-ad-gib-010/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Vt. Udi-t-23732b And Pns Clause C.514 Apply. 0006 Data Requirements For 0001 1 Ea Nsp Nsp A005 Exhibit A, Seq A005 See Exhibit “a” Seq A005: To Be Vendor's Mt Procedure. Vendor Shall Submit Their Mt Procedure Ia W Na Vsea T9074-ad-gib-0 10/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Mt. Udi-t-23732b And Pns Clause C.514 Apply. 0007 Data Requirements For 0001 1 Ea Nsp Nsp A006 Exhibit A, Seq A006 See Exhibit “a” Seq A006: To Be Vendor's Vt Test Results/report. Vendor Shall Submit Their Vt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply. 0008 Data Requirements For 0001 1 Ea Nsp Nsp A007 Exhibit A, Seq A007 See Exhibit “a” Seq A007: To Be Vendor's Mt Test Results/report. Vendor Shall Submit Their Mt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply. note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 reporting Executive Compensation 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-4 notice Of Price Evaluation Preference For Hubzone 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-36 payment By Third Party 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) g01 Additional Wide Area Workflow (wawf) Information (aug 2017) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) 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 ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 E504: Notice Of Constructive Acceptance Period ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close(1/14/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@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 Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At (jannell.moriarty@dla.mil). quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. *if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf. ******* End Of Combined Synopsis/solicitation ********
Closing Date14 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
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 *******
Closing Date20 Jan 2025
Tender AmountRefer Documents 
8291-8300 of 8413 archived Tenders