Computer Tenders

Computer Tenders

Government Of New Brunswick Tender

Others
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Analytical Services To Determine The Geochemistry Of Rocks And Till Samples. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.

Civil Service Commission Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

Government Of New Brunswick Tender

Others...+1Machinery and Tools
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Bidders Are Requested To Include Specifications On Product Quoted With The Bid. 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. 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.

PHILIPPINE RACING COMMISSION Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Terms Of Reference Supply And Delivery Of Devices In Relation To Philracom’s Establishment Of A Centralized File Server, And Upgrading Of The Local Area Network I. Project Description And Objective As Philracom Intends To Advance Its Digitization Program, The Need For A Robust And Scalable File Storage Solution Has Become A Necessity. A Network-attached Storage (nas) Will Provide Centralized Storage, Allowing The Effective Management Of And Easy Access To Digital Assets. The Installation Of The Nas Will Also Enhance Data Security, Streamline Backup Processes, And Support Efficient File Sharing Within The Office. The Investment In A Nas Will Not Only Address Philracom’s Current Storage Challenges But Also Future-proof Its Data Management Needs As The Digital Records Continues To Grow. However, Since Nas Systems/file Servers Can Be A Significant Resource Consumer, It Is Likewise Necessary To Upgrade Philracom’s Existing Local Area Network (lan) To Meet The Data Transfer Demands. Currently, The Network Infrastructure Is Inadequate For The Expanding Needs, Which Leads To Slow Data Transfer Speeds, Limited Connectivity, And Frequent Downtimes. In This Regard, Philracom Aims To Engage A Reputable And Capable Supplier To Provide And Deliver A Range Of Devices For The Establishment Of A Centralized File Server And Upgrading Of The Lan. Ii. Approved Budget For The Contract (abc) And Fund Source Philracom Has Allocated An Approved Budget For The Contract In The Amount Of Three Hundred Thousand Pesos (php 300,000.00), Inclusive Of All The Applicable Government Taxes And Charges. Fund For This Project Shall Be Sourced From The General Fund. Iii. Qualifications Of The Supplier A. The Supplier Must Be Registered With The Philippine Government Electronic Procurement System (philgeps). B. The Supplier Must Have An Updated Mayor’s Permit/business Permit, Sec/dti Registration, And Bir Form 2303. Iv. General Requirements The Supplier Shall Supply And Deliver The Following Devices, Based On The Following Guidelines: A. Schedule Of Delivery The Supplier Shall Deliver The Devices Within Ten (10) Days Upon Receipt Of The Notice To Proceed. B. Place Of Delivery The Devices Shall Be Delivered To The Philippine Racing Commission At 4th Floor Electra House Bldg., Esteban St., Legaspi Village, Makati City C. List Of Devices And Specifications: 1. Network Router (1-unit) Wi-fi Speeds 6 Ghz: 11520 Mbps (802.11be) 5 Ghz-1: 5760 Mbps (802.11be) 5 Ghz-2: 5760 Mbps (802.11be) 2.4 Ghz: 1376 Mbps (802.11be) Wi-fi Range 12x Antennas Beamforming High-power Fem Wi-fi Capacity Quad-band 4×4 Mu-mimo Ofdma Airtime Fairness Dfs 16 Streams Working Modes Router Mode Access Point Mode Advanced Functions 320 Mhz Channel 4k-qam Multi-rus Easymesh-compatible Iot Network Ethernet Ports 1× 10 Gbps Wan/lan 1× 10 Gbps Sfp+/rj45 Combo Wan/lan 4× 2.5 Gbps Lan 1× 1 Gbps Lan Quality Of Service Qos By Device 2. Mesh Wi-fi Network System (2-units) Wireless Standard Wi-fi 7 Ieee 802.11be/ax 6 Ghz Ieee 802.11be/ax/ac/n/a 5 Ghz Ieee 802.11be/ax/n/b/g 2.4 Ghz Wi-fi Speeds 6 Ghz: 11530 Mbps (802.11be) 5 Ghz: 8647 Mbps (802.11be) 2.4 Ghz: 1376 Mbps (802.11be) Wi-fi Range Ai-driven Mesh 8× High-gain Antennas (internal) Tri-band Wi-fi Capacity Tri-band Mu-mimo Ofdma Working Modes Router Mode Access Point Mode Ethernet Ports 1× 10 Gbps 1× 10 Gbps Sfp+/rj45 Combo 2× 2.5 Gbps 3. Network-attached Storage (1-unit) Cpu Model Amd Ryzen R1600 Cpu Quantity 1 Cpu Core 2 Cpu Architecture 64-bit Cpu Frequency 2.6 (base) / 3.1 (turbo) Ghz System Memory 4 Gb Ddr4 Ecc Sodimm Total Memory Slots 2 Memory Module Pre-installed 4 Gb (4 Gb X 1) Maximum Memory Capacity 32 Gb (16 Gb X 2) Drive Bays 4 Maximum Drive Bays With Expansion Unit 9 (dx517 X 1) Compatible Drive Type 3.5" Sata Hdd 2.5" Sata Ssd M.2 2280 Nvme Ssd Maximum Single Volume Size 108 Tb Hot Swappable Drive Yes 4. Ram Module (1-piece) Module And Type Ddr4 Ecc Sodimm Ram Capacity 16gb 5. Disk Drives (2-pieces) Type 3.5" Sata Hdd Capacity 4tb Interface Sata 6.0 Gb/s Rpm 5900 Rpm Cache 64mb 6. Laptop Computer (1-unit) Operating System Macos Processor • M3 Chip • 8-core Cpu, 4 Performance Cores, 4 Efficiency Cores • 8-core Gpu • Hardware-accelerated Ray Tracing • 16-core Neural Engine • 100gb/s Memory Bandwidth • Media Engine • Hardware-accelerated H.264, Hevc, Prores, And Prores Raw • Video Encode Engine • Prores Encode And Decode Engine • Av1 Decode Engine Display 13.6-inch (diagonal) Led-backlit Display With Ips Technology Ram 8gb Storage 256gb Ssd 7. Uninterruptible Power Supply (1-unit) Run Time For Load 37 Mins. For 500 W Main Input Voltage 230 V Rated Power In W 2700 W Rated Power In Va 3000 Va Input Voltage Limits 110...285 V 40% Load 180...285 V Full Load Maximum Configurable Power In Va 3000 Va Maximum Configurable Power In W 2700 W Output Frequency 50/60 Hz +/- 3 Hz Sync To Mains 8. Microsoft Office 2021 Home (1-license) Version 2021 Compatibility Pc Macos D. Other Requirements: 1. The Supplier Shall Ensure That All Devices To Be Delivered Are Brand New And Genuine Items. 2. The Supplier Shall Provide A One (1)-year Warranty For All The Specified Devices. If Any Device Is Found To Be Defective Or Damaged, The Supplier Shall Replace It With A New One Within Ten (10) Days. V. Payment A. Payment Shall Be Made Upon Complete Delivery Of The Devices, Which Will Be Duly Certified And Accepted By The Philracom Inspection Officer. B. Payment Shall Be Made Within Fifteen (15) Days After The Supplier’s Submission Of A Billing Statement And Philracom’s Issuance Of An Inspection And Acceptance Report. Vi. Penal Clauses A. Liquidated Damages If The Supplier Fails To Deliver Any Or All Of The Goods Within The Period Specified In This Contract, Philracom Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price As Liquidated Damages, The Applicable Rate Of One-tenth (1/10) Of One Percent (1%) Of The Cost Of Unperformed Portion Of Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract. Once The Maximum Is Reached, The Procuring Entity Reserves The Right To Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To It Under The Law. The Damages Herein Provided Are Fixed And The Philracom Shall Not Be Required To Adduce Proof Thereof. B. Other Costs Should The Philracom Be Constrained To File A Suit To Obtain Relief Against The Supplier, The Latter Shall Be Liable To Pay An Amount Equivalent To Twenty Percent (20%) Of The Amount Claimed In The Complaint As Attorney’s Fees, Aside From The Costs Of Litigation And Other Expenses, Which The Philracom Is Entitled To Recover From The Supplier; Provided, However, That Any Action Brought By The Supplier For Whatever Cause Arising From The Contract, Should It Be Adjudged Not To Be Entitled To The Relief Sought, The Philracom As The Prevailing Party Shall Be Entitled To Such Reasonable Attorney’s Fees, Costs Of Litigation And Other Costs It May Have Incurred By Reason Of Such Action. C. Indemnity The Supplier Shall Defend, Indemnify, And Hold Harmless The Philracom Against All Claims, Losses, Liabilities, And Damages, And Pay All Claims, Judgments, Awards, Costs, And Expenses Arising Out Of Or In Connection With The Supplier’s Acts Of Omissions, Unless Such Claims Are Due Solely To The Negligence Of The Philracom. Costs Inclusive Of Expert Witness Fees And Other Legal Expenses Shall Be Charged Against The Account Of The Supplier. D. Other Costs The Supplier Shall Not Be Liable For Failure Or Delay In Performing Obligations Set Forth In The Contract If Such Failure Or Delay Is Due To Any Cause Reasonably Beyond The Control Of The Supplier. Vii. Mode Of Procurement The Procurement Shall Be Undertaken Through Negotiated Procurement – Small Value Procurement, As Stated In The Implementing Rules And Regulations Of Republic Act No. 9184 (government Procurement Reform Act) Viii. Right To Accept Or Reject Quotation And/or Annul The Procurement Process Philracom Reserves The Right To Accept Or Reject Any Quotation, To Annul The Procurement Process, Or Not To Award The Contract Without Thereby Incurring Any Liability To The Affected Supplier. Ix. Conformance With The Existing Laws The Procurement Process For This Undertaking Shall Be Executed In Accordance With Republic Act 9184, Otherwise Known As The Government Procurement Reform Act, And Its Revised Implementing Rules And Regulations.

DEFENSE LOGISTICS AGENCY USA Tender

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

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
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 ********

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Laboratory Equipment and Services
France
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Purchase of a Confocal and Multiphoton Microscope for Calcium Imaging on Insects as Part of the Erc Olfatask Project No. 101161791 for the Egce Laboratory of the University of Paris Saclay The purpose of this contract is to purchase this equipment to enable functional imaging recordings on insects in vivo. It therefore includes the purchase of a multiphoton microscope equipped with a scan head and various detectors, allowing measurements to be carried out in confocal microscopy. The contract also includes the purchase of the computer controlling the elements of the microscope, the anti-vibration table on which the system is placed, as well as a visible laser bench and an infrared laser.

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice. pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. background: the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000. this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies. performance Location(s): newport, Ri requirements: for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include: facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents. development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements. soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). document Deliverable Requirements: cdrl Number title sub-title cdrl A001 contractor’s Personnel Roster contractor Personnel cdrl A002 hazardous Materials Management Program (hmmp) Plan facility Operations Inventory Hmmp Plan cdrl A003 monthly Status Report monthly Status Report cdrl A004 product Drawings/models And Associated Lists drawing Package cdrl A005 manhour Estimate, Technical Cost Proposal estimates And Proposal cdrl A001 – Contractor’s Personnel Roster within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board. cdrl A002 – Hazardous Materials Management Program (hmmp) Plan the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes. cdrl A003 – Monthly Status Report contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience. cdrl A004 – Product Drawings/models And Associated Lists the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request. cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level. other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. submission Requirements: a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation. if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below. sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation) the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis. if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3). inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov. list Of Attachments: scope Of Architect-engineer (a-e) Services (saes) (draft) cdrls (draft) selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions, Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity firm Location volume Of Work criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria. firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software. demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are: project Manager(s) senior Architect senior Civil Engineer senior Structural Engineer senior Mechanical Engineer senior Electrical Engineer senior Quality Control Manager senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required) key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. criteria 3 Submission Requirements: submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6—firm Location (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor.
8291-8300 of 8411 archived Tenders