Data Entry Tenders

Data Entry Tenders

Rural Development Department - RDD Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Fixed Remuneration - ADDIONAL PROGRAM OFFICER; ADDIONAL PROGRAM OFFICER; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - TECHNICAL ASSISTANT; TECHNICAL ASSISTANT; Diploma , Manpower Outsourcing Services - Fixed Remuneration - DATA ENTRYOPERATOR; DATA ENTRY OPERATOR; Diploma , Manpower Outsourcing Services - Fixed Remuneration - ACCOUNT ASSISTANT; ACCOUNT ASSISTANT; Graduate
Closing Date23 Jul 2025
Tender AmountINR 11 Million (USD 127 K)

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Clarification: amendment 0005 Sf30 Should Have The Closing Date As March 17th, 2025. please See The New Version Attached. amendment 0005 Is Issued Under Spe605-24-r-0204 For The Following: the Following Line Items Are Added To The Solicitation. 1. Line Items: 0209 – 0222 (see Attached Schedule) b. List Of Attachments: attachment J_schedule For Amendment 0005 attachment K_ Escalators For Amendment 0005 attachment L_energy Qap C16.08-1 (ja1) (jul 2025) c. Offer Submission And Evaluation Information 1. The Closing Date For All Line Items Listed In This Amendment Is 17 March 2025, 10:00 Pm Eastern Time, Ft. Belvoir, Va Local Time. The Offeror Agrees To Hold Price(s) In Its Offer Firm For 180 Calendar Days From The Date Specified For Receipt Of Offers. all Offers Must Be Submitted Via Email To Dlaenergyfepaa@dla.mil, Candy.cross@dla,mil And Mary.k.richardson@dla.mil. 2. Sf1449 Solicitation Spe60524r0204 Must Be Signed If This Is Your First Time Offering On Solicitation Spe60524r0204. In Addition, All New Offerors Must Submit Signed Amendments 0001-0005 And A Completed Attachment F_offeror Submission Package 3. Review The Original Solicitation Spe60524r0204 And Amendments 0001 Through 0005 For Clauses & Provisions Pertaining To This Amendment. 4. The Escalators And Base Reference Price Are Listed In Attachment K. No Alternate Escalators Will Be Evaluated. 5. The Clauses Provided Below Are Hereby Updated To The Following Sections Of The Solicitation: section I far 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) far 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) far 52.223-5 Pollution Prevention And Right To Know Information (may 2024) dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting. (may 2024) dfars 252.225-7013 Duty-free Entry. (nov 2023) dfars 252.225-7014 (nov 2023) dfars 252.225-7017 Photovoltaic Devices (mar 2024) dfars 252.225-7035 Buy American--free Trade Agreements--balance Of Payments Program Certificate. (feb 2024) dfars 252.225-7036 Buy American—free Trade Agreements--balance Of Payments Program (feb 2024) ibr: dfars 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2023) dfars 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (nov 2023). dfars 252.205-7000 Provision Of Information To Cooperative Agreement Holders (oct 2024) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services. (nov 2023) dfars 252.225-7052 Restriction On The Acquisition Of Certain Magnets, Tantalum, And Tungsten (may 2024) section K far 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (sept 2024) far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. (may 2024) section L far 52.204-7 System For Award Management (nov 2024) see Amendment 0004_clause Update_see Sf30_0004 And New Final Solicitation Document amendment 0004 Is Issued To Deleted M20 Evaluation Of Offers Subject To The Utility Cost-sharing Agreement (dla Energy Jan 2012), And Add To dfars 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations—representation (deviation 2024-o0006, Revision 1), And Dfars 252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (deviation 2024- O0006, Revision 1) To Solicitation Spe60524r0204. see Amendment 0003 - Schedule Updated _ See Sf30_0003 And Attachment A Schedule Dated March 12th, 2024 see Amendment 0002 - Closing Time Extended Until March 19th, 2024 At 10pm Est this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Separate Solicitation Will Not Be Issued. the Government Intends To Procure The Petroleum Fuel Products Using Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items. The Government Will Award Requirements-type Contracts Resulting From The Solicitation To The Responsible Offeror(s) Whose Offer, Conforming To The Solicitation That Will Be Most Advantageous To The Government, With Price And Other Factor Considered (see Evaluation Criteria Under Section M). this Is An Open Continuous Solicitation With Successive Closing Dates For Dla Energy Posts, Camps And Station (pc&s) Purchase Program 1.8g Japan Requirements. The First Closing Date Is March 11, 2024, And Is For The 178 Contract Line Items Numbers (clins) Contained In This First Closing. Solicitation No. Spe605‐24‐r-0204 Has A Performance Period From Date Of Award Through June 30, 2029. The Offeror Agrees To Hold The Prices In Its Offer Firm For 180 Calendar Days From The Date Specified For Receipt Of Offers. (ref: Far 52.212‐1(c)). the Government Anticipates Receiving New Requirements Throughout The Performance Period. Therefore, Solicitation Spe605‐24‐r‐0204 Will Remain Open Until May 1, 2029, For Any New Clins To Be Solicited. As New Requirements Are Received, The Government Will Issue Amendment(s) To The Solicitation, With New Closing Dates For The New Requirements, And Afford All Offerors An Opportunity To Compete For The New Clins. this Acquisition Does Not Require Any Set Asides, Because It Is Overseas. this Solicitation Incorporates Provisions & Clauses In Effect Through Federal Acquisition Circulars 2023-05 Effective 22 September 2023; Defense Federal Acquisition Regulation Supplement (dfars): Dpn 20230817 Effective 17 August 2023 Edition; Dlad Current To Dlad Rev. 5 & Proc. Ltr. 2023-09 (revised December 11. 2023). a. Solicitation Number Spe605-24-r-0204 Is Hereby Issued As A Request For Proposal (rfp). b. Thisacquisition Has 178 Line Items Contained In This First Closing Which Are Being Solicited Under Full And Open Competition. All Line Items In This Solicitation Fall Under The North American Industrial Classification System (naics) Code 324110 For Petroleum Refineries. c. The Description, Quantities, Location, Delivery Hours, Equipment, Etc. Required For This Solicitation Are Listed Under The Schedule In Attachment A (schedule). d. Question And Answer Period: To Encourage Maximum Participation, A Question-and-answer Period Has Been Established. Starting From The Issue Date Of This Solicitation To February 29, 2024, 8:00 A.m. Eastern, Ft. Belvoir, Va Local Time, All Potential Offerors May Ask Any And As Many Questions As They May Need To Fully Participate And Respond To All The Listed Line Items Included In Attachment (a). No Further Questions Will Be Received After The Above Stated Date And Time. All Questions Shall Be Submitted To Both Mary.k.richardson@dla.mil And Dlaenergyfepaa@dla.mil . Questions Will Be Consolidated And Answered Via Official Amendment(s) To The Solicitation. Extensions Of The Closing Date To An Open Solicitation Are At The Sole Discretion Of The Contracting Officer And Will Be Issued Via An Amendment, If Applicable. e. Economic Price Adjustment And Base Reference Price: Please Refer To B19.19 Economic Price Adjustment - Petroleum Product Price, Post, Camp, And Station (pc&s) (dla Energy April 2020). The Base Reference Date Is 2 October 2023. Offerors Must Use The Publication Listed For Each Line Item Schedule As The Escalation Reference For Their Offer Prices. After Award, The Contract Price For All Line Items Will Escalate/de-escalate On The 1st And 3rd Monday Using The Previous 5-day Average Of The Platts Escalator Referenced By Fuel Type In Attachment B: Escalator Spreadsheet. Price Changes Are Not Based On Product Cost Or Vendor Profit Margin. After Award Dla Energy Will Provide Updated Contract Prices Daily Under “vendor Resources/price Adjustments” On The Dla Energy Homepage At Www.energy.dla.mil f. Escalators: The Escalator Identified On Each Line Item Within The Schedule (also Listed By Fuel Type In Attachment B: Escalator Spreadsheet) Shall Be The Only Escalator Accepted For Pricing Evaluation. Any Proposal For An Alternate Escalator Shall Not Be Accepted. g. Closing Date: March 11, 2024; 10:00 Pm, Eastern Standard Time (est). h. Proposal Submission: Offer Prices Shall Be Submitted Through The Post Camps Andstations (pc&s) Offer Entry Tool (oet): 1. Pc&s Oet Is An External Web Application Which Allows Prospective Pc&s Ground Fuelvendors To Securely Bid On Dla Energy Fuel Solicitations. Offerors Must Be Registered In The Pc&s Oet Application In Order To Submit Offer Prices. In Order To Have System Access To Pc&s Oet, Offerors Must Request The Applicable User Roles Via The Account Management And Provisioning System (amps) Website At: Https://amps.dla.mil 2. Please Use The Attached Instruction Titled, “amps Snapshot: User Registration- External Users,” To Obtain An Amps Account If You Do Not Already Have One. 3. Once The Amps Registration Process Is Complete, Access Amps With Your Username And Password To Request Access To The Pc&s Ground Vendor Role Oet-100. You Will Be Notified By Email Once Your Oet Access Is Granted. 4. You Will Be Able To Request Access To Oet Through Amps. Please Refer To The Attachment D Titled, “requesting The Oet Vendor Role In Amps,” For Instructions On Requesting An Oet Vendor Role. 5. After You Obtain Access To Oet, You Will Be Able To Select A Solicitation To Offer On And Submit Your Offer Prices Via Oet Using The Attached Instructions Titled, “pc&s Oet Vendor Guide.” 6. If You Experience Trouble Registering Or If Additional Assistance Is Needed, Please Send An Email To The Dla Enterprise Help Desk At Dlaenterprisehelpdesk@dla.mil Or Call Toll Free (855)-352-0001 And Select The Option For Assistance With Amps. 7. In The Event Of Technical Issues On The Part Of Oet That Prevent An Offeror To Successfully Entry Offer Data On Oet, The Offeror Must Immediately Notify Both Government’s Points Of Contact Via Email To Candy.cross@dla.mil And Mary.k.richardson@dla.mil To Request Allowance For Offeror’s Manual Offer Submission Using Price Data Sheets. Nevertheless, The Offerors Are Still Responsible For Entering Offer Data Thru Oet Upon Its Return To The Fully Functioning State. all Proposal Documentation, To Include The Offeror Submission Package (osp), Shall Be Sent Via Email To Dlaenergyfepaa@dla.mil And Mary.k.richardson@dla.mil i. Tax And Fee Information: Offerors Shall Not Include In Their Offer Prices, Including In The Prices Of Any Subcontractor, Any Foreign Taxes. Offerors Are Expected To Know The Relevant Business Procedures For Fuel Delivery In Japan. The Winning Offeror Is Expected To Procure Tax Exemptions In A Timely Manner In Order To Meet The Period Of Performance. Offer Prices Should Be A Unit Price Per U.s. Gallon And In U.s. Currency. Changes Or Mistake In Bids After Award May Not Be Accepted. Offer Price Should Be A Unit Price Per Gallon. j.late Offers: Please Note That Offers Must Be Received By 11 March 2024, 10:00 Pm Eastern Standard Time (est). Any Offer Received After 11 March 2024 10:00 Pm Eastern Standard Time (est) Will Be Considered “late.” Offeror(s) Assume All Risk For Any Delay In The Transmission Of Their Proposals. All Offerors Are Encouraged To Review Paragraph (f) Of Far 52.212-1 Instructions To Offerors – Commercial Items (sept 2023). k. Award Wthout Discussions: Offerors Are Directed To Paragraph (g) Of Clause Far 52.212-1 Instructions To Offerors – Commercial Items (sept 2023). l. Contract Type: The Fuel Requirements Issued Under This Solicitation Are For The Remainder Of The Current Contract Cycle. Contracts Awarded As A Result Of This Solicitation Will Be A Requirements Type Contract, Fixed Price With Economic Price Adjustments. Please Refer To Far 52.216-1, Type Of Contract (apr 1984) And Far 52.216-21 Requirements (oct 1995). m. Evaluation: Proposals Will Be Evaluated In Accordance With Far 52.212-2, Evaluation – Commercial Items (nov 2021). Offerors Should Thoroughly Read And Understand The Terms And Conditions Contained In The Solicitation. Failure To Provide Any Information Requested In The Solicitation May Render An Offer Unacceptable And Preclude It From Any Further Consideration. Offerors Should Ensure That The Information Contained In Their Proposals Is Factual, Accurate, And Complete. (please Refer To Section M - Far 52.212-2 Evaluation – Commercial Items). n. Ordering Period: The Ordering Period For All Contracts Awarded Under This Solicitation Will Be Date Of Award Through 30 June 2029. Quantities Stated In The Schedule Represent The Government’s Best Estimates Covering A Five (5) Year Requirement. o. Period For Acceptance Of Offers: Pursuant To Paragraph (c) Of Far 52.212-1, Instructions To Offerors – Commercial Items (pc&s) (sept 2023), Offerors Agree To Honor Prices Indicated In Their Offeror Submission Packages For 180 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. p. System For Award Management (sam): Sam Registration Is Required Prior To Time Offers Are Submitted. Far Provision 52.212-3, Offeror Representations And Certifications – Commercial Items (sept 2023) Applies To This Acquisition. Offerors Shall Complete This Provision In (sam). Sam Is An Official U.s. Government System, And All Offerors Are Required To Be Registered In This System. Contractors Register One Time And Confirm On An Annual Basis That Their Sam Registration Is Complete And Accurate. There Is No Fee To Register For This Site. Please Provide The Printout From Sam With Your Proposal. Offerors May Obtain Information On Registration And Annual Confirmation Requirements At: Https://www.acquisition.gov Or By Calling 1-866-606-8220 Or 334-206-7828 q. Commercial And Government Entity (cage) Code Or Nato Commercial And Government Entity (ncage) Reporting: Please Include Your Cage Code Or Ncage Code In Your Offer Submission Letter. If You Have Not Been Assigned A Cage Or Ncage Code, Insert The Word “none” When Referencing Cage Code. r. Unique Entity Ids (uei)please Include Your Company’s Unique Entity Ids (uei) Number In Your Offer Submission Letter. s. Site Visits: You Are Directed To Clause L54, Site Visit, Please Note That It Is The Responsibility Of The Offeror To Inspect The Site Where Supplies Are To Be Delivered And To Obtain All Available Information About The Site Necessary To Satisfy Themselves About General And Local Conditions That May Affect Delivery And The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. Dla Energy Encourages All Potential Offerors To Call Or Visit The Sites In Which They Intend To Submit An Offer. notice: Any Contract Awarded To A Contractor Who At The Time Of Award Was Suspended, Debarred, Or Ineligible For Receipt Of Contracts With The Government Agencies Or In Receipt Of A Proposed Debarment From Any Government Agency Is Voidable At The Option Of The Government. t.acknowledgement Of Amendments: You Must Acknowledge Receipt Of Any Amendments To This Solicitation. You May Do This By Completing Block 8, 15a, Signing 15b, 15c, And Returning One (1) Copy Of Each Amendment Issued. u. Offeror Submission Package: All Offerors Are Required To Complete And Submit All Forms Provided In The Offeror Submission Package (osp). v. Pre-award Surveys: Dla Energy May Conduct Pre-award Surveys To Assist In Determining Responsibility Regarding The Offeror’s Transportation, Technical, Production, Financial And Quality Assurance Capabilities. Certificates Of Analysis May Be Required Upon Request And/or When A Pre-award Survey Is Requested. w. Please Reference Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (sept 2023), For Additional Far Clauses Applicable To The Acquisition. All Provisions And Clauses Referenced In This Solicitation Will Be Incorporated With Any Offer Received, Unless An Offeror Takes Exception. Offerors Should Send Any Exceptions Taken With Their Proposal On Company Letterhead, Identifying The Clause(s)/provision(s) And What Exception Is Being Taken, The Reason For Exception, And Any Cost Savings To The Government If Accepted. If The Offer Is Within The Competitive Range But Exception Is Not Acceptable To The Government, The Offeror Will Be Advised During Negotiations And Given An Opportunity To Withdraw Their Offer Or Accept The Rfp Terms And Conditions. points Of Contact: emergency Situations After Duty Hours Operations Center, Contingency Plans And Operation Division (571) 767-8420 information Regarding Solicitation Spe605-24-r-0204 points Of Contact For Information Regarding This Solicitation Are: katie Richardson Candy Cross (703) 223 -1920 (571) 474-61379 mary.k.richardson@dla.mil Candy.cross@dla.mil Summary Of Offer Submission Requirements: in Addition To Meeting The Offer Submission Requirements Of Far 52.212-1, Offerors Shall Do The Following: 1. Offerors Must Be Registered In The Following Systems: a. System A. For Award Management (sam) At Https://www.sam.gov b. Wide Area Workflow (wawf) At Https://wawf.eb.mil/ (which Includes Myinvoice) c. Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil registration In These Systems Is Required By The Offer Submission Due Date And Time. 2. All Offers Must Comply With The Instructions In Far 52.212-1(b). Additionally, a.all Offers Must Submit Supply Commitment Letter(s) b. All Offersutilizing Subcontracted Transportation; Must Submit All Applicable Transportation Agreements. c. Offersmust Be Submitted On Company Letterhead That Includes A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation And Signed And Dated By An Officer Of The Company. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. 3. Allofferors Are Required To Provide Written Acknowledgement At The Time Of Submission Of Their Initial Offer That The Offer Prices Provided Are Accurate And Do Not Include Any Foreign Taxes. Offerors Must Also Confirm Their Ability To Perform All Contractual Obligations In A Satisfactory Manner For The Duration Of The Contract Period At The Offer Price(s) Submitted In Response To Solicitation Spe605-24-r-0204. Please Reference And Review All Uploaded Attachments To This Solicitation
Closing Date18 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: B-2_keyboard_data_entry_5895-01-527-7727_pn160749-08-01
Closing Date25 Oct 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| transportation Of Supplies By Sea (oct 2024)|2||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| annual Representations And Certifications (jan 2025)|13|334416|550|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Extend The Due Date To 05 Mar 2025. All Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Update The Procurement From Sole Source To Sbsa. The Due Date Is Hereby Extended To 06 Dec 2024. All Other Terms And Conditions Remain The Same. a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Ismandatory. unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Daysafter The Closing Date As Indicated On The Quotation. Please Specify (if Otherthan 60 Days) _________ Days. If You Are Submitting Your Quote Via Email Orneco, Please Specify The Number Of days Pricing Is Valid. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. 6.3 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. mark The Packaging Label With The Nomenclature That Is Cited In The Irpod. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Soon5 Mar 2025
Tender AmountRefer Documents 

FOREST SERVICE USA Tender

Environmental Service
Corrigendum : Closing Date Modified
United States
Details: Edit On 6/03/2024- Posting Current Awardee List As Of 06/03/2024. No Other Changes. amendment 4 03/21/2024- Updating/adding New Scopes And Location Options To Lmir Bpa. Updated Base Evalation Verbiage. See Amendment 4 Attachments For Futher Details. posting Current Awardee List As Of 10/02/2023. No Other Changes. edit On 10/12/2023- Updating Poc Info. No Other Changes. edit On 3/20/2023- Updating Poc Info. No Other Changes. amendment 3 03/16/2023- Amended The Response Due Date As This Is An Open Continuous Bpa. No Other Changes. amendment 2 01/27/2023- Adding Q&a And Adding General Information And Q&a Meeting Information That Will Be On 02/01/2023 10:00am (pt). Call In Information Below. amendment 1 01/24/2023-see Attachment And Updated Documents For More Detail. Awards Start 02/01/2023 But This Is An Open Continuous Bpa. Quotes May Be Accepted The Entire Life Of The Bpa. Contractors Are Not Required To Submit Pricing For Every Item; Only The Ones They Choose. Contractors Should Only Mark Wich Locations They Wish To Do The Work In. There Is Not Requirement To Mark Every Location On The Spreadsheet. the Land Management Integrated Resources Bpa (lmir) Is A National Bpa That Will Consist Of A Large Variety Of Work Including Professional Services, Natural Resources Restoration, Engineering, Project Management, Nepa, Communications, And More. The Bpa Will Have A Period Of Performance From Early Spring 2023 Through Early Spring 2033 And Can Be Utilities On All Forests And Grasslands And Is Available For All Federal Agencies To Utilize. This Solicitation Will Remain Open And Continuous To Add Vendors When Determined Necessary For The 10-year Period It Is Active.make Sure Your Firm Is Updated And Registered In The System For Award Management System (sam) And Current To Conduct Government Business. please Read The Entire Solicitation Thoroughly To Ensure All Requirements In Your Response Are Included. scope Of Blanket Purchase Agreement work Includes But Is Not Limited To The Following: typical Service Activities project Management subleader To The Project Manager equipment Team Leader inspection Services (road Construction/engineering, Etc.) heritage/archaeologist landscape Architect botany fish Biologist wildlife Biologist non-native Fish Control And Eradication/fish Screening/bypassing design And Implementation Of Aquatic Organism Passage/stream Simulation hydrologist hazardous Materials soils Scientist geologist tribal Liaison communications Specialist community Engagement Specialist/liaison technology Specialists data Steward (lower Grade Than Technical Specialist For Data Entry And Admin Support Needs) architect/engineer surveyor forester professional Tree Services culturalist economist climate Specialists nepa/environmental Compliance Coordinator tree Planting stocking Surveys invasive Plant Control treating Invasive Plants Using Herbicides Or Manual Control Methods. restoration Services road Decommissioning/obliteration/soil De-compaction. stream/riparian/wetland Restoration/channel Realignment sediment/erosion Control. plant Material Collection/inventory/mapping native Grass And Forb Seed And Straw Production plant Propagation tree Climbing And Cone/seed Collection/tree Cooler Maintenance And Servicing aerial Seeding/mulching Application/project Material(s) Transport
Closing Date1 Feb 2028
Tender AmountRefer Documents 

West Bengal State Electricity Distribution Company Limited - WBSEDCL Tender

Manpower Supply
India
Description: Tender For Finalization Of Hiring Of 03 Nos. Skilled Outsourced Manpower Through Agency In Respect Of Procurement And Contract Depertment, Wbsedcl For Data Entry And Other Allied Jobs.
Closing DateNA
Tender AmountINR 550 K (USD 6.2 K)
211-220 of 216 active Tenders