Tenders of Defense Health Agency Dha Usa

Tenders of Defense Health Agency Dha Usa

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
This Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes. It Does Not Constitute A Request For Quotes (rfq) Or A Promise To Issue An Rfq In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service. Further, The Defense Health Agency (dha) Is Not Seeking Quotes And Will Not Accept Unsolicited Quotes. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. It Is The Responsibility Of The Vendor Who Is Interested In Any Potential Future Solicitation(s) To Monitor All Sites For Additional Information Pertaining To This Requirement. the Government Reserves The Right To Use Results Of The Communications With Industry For Any Purpose Consistent With, And Not Otherwise Prohibited By Far Part 10. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published On Sam.gov. In No Instance Shall Responses To This Notice Be Considered Either A Response To A Solicitation Or A Submission Of An Unsolicited Quote, As Defined By Far 2.101. title: Portable Ultrasound Machine For The Main Operating Room At Navy Medicine Readiness And Training Command (nmrtc) Portsmouth, Va introduction: The Defense Health Agency (dha) Is A Joint, Integrated Combat Support Agency That Enables The Army, Navy, And Air Force Medical Services To Provide A Medically Ready Force And Ready Medical Force To Combatant Commands In Both Peacetime And Wartime. The Dha Supports The Delivery Of Integrated, Affordable, And High-quality Health Services To Military Health System (mhs) Beneficiaries And Is Responsible For Driving Greater Integration Of Clinical And Business Processes Across The Mhs. description Of Need: the Dha Is Conducting Market Research For The Purchase Of A New Portable Ultrasound Machine For The Main Operating Room At Nmrtc Portsmouth, Va. The New Ultrasound System Will Be Used During Complicated Neurosurgery, Oncology, Vascular, General, Robotic, And Urology Procedures. Surgical Ultrasound Is A Necessary Adjunct To Many Of Nmrtc 's Surgical Specialties, Including Neurosurgery, Neurocritical Care, Surgical Oncology, And Urology. the Government Is Contemplating Awarding A Competitive Contract To Acquire A New Portable Ultrasound Machine. information Sought By The Dha: the Dha Enterprise Medical Services – Contracting Division Seeks To Identify Potential Vendors That Supply Portable Ultrasound Machines That Have The Following Programming Capabilities. the Machine Must Be Able To Interact With Brainlab For Image Guidance. neurosurgery Programming Capability. vascular Surgery Programming Capability. general Surgery Programming Capability. urology Surgery Programming Capability. oncology Surgery Programming Capability. robotic Surgery Programming Capability. in Addition, We Require Two (2) Each Of The Appropriate Transducers/probes. They Must Be Sterilized Prior To The Surgical Procedure, And We Cannot Safely Schedule A Procedure If We Do Not Have A Backup Probe Prepared In Case Of Instrument Failure. questions To Industry does Your Company Offer Portable Ultrasound Machines With The Capability To Interact With Brainlab For Image Guidance? is There Programming Capability To Facilitate Neurosurgery? is There Programming Capability To Facilitate Vascular Surgery? is There Programming Capability To Facilitate General Surgery? is There Programming Capability To Facilitate Urology Surgery? is There Programming Capability To Facilitate Oncology Surgery? is There Programming Capability To Facilitate Robotic Surgery? are There Options To Purchase Two (2) Of Each Type Of The Appropriate Tranducers/probes For Each Surgery Type? do You Offer Equipment Leasing Options? if Yes, Please Provide A Comparison Of Purchasing And Leasing Options. provide Details Regarding Warranty And Maintenance. identify Your Company’s Socio-economic Business Size (e.g., Women-owned Small Business (wosb)). is Your Company A Reseller Or An Original Equipment Manufacturer (oem)? identify The Brand/model/type?
Closing Date24 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Aerospace and Defence
United States
Notice Of Intent To Sole Source Maintenance Of Intercept Illuminators Nmcp Portsmouth, Va
Closing Date15 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Notice Of Intent To Sole Source: Apc Ups Maintenance; Nmrtc Beaufort
Closing Date11 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Pursuant To Far 12.602 Contract Award Will Be Made Using Simplified Acquisition Procedures In Accordance With Far 13.106. the Request For Quotation (rfq) Number Ht940624r0021 Shall Be Used To Reference Any Written Quote Provided Under This Rfq. the Rfq Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-03; Effective 23 Feb 2024. this Requirement Is 100% Set-aside For Small Business. the North American Industry Classification System (naics) Code For This Requirement Is 492110 With A Size Standard Of 1,500 Employees. the Purpose Of This Rfq Is For The Procurement Of Non-personal Medical Courier Services For The 633rd Medical Group, Afb, Hampton Va. Iaw Statement Of Work (sow). The Bid Schedule And Contract Clin Schedule Are Below: clin description unit Of Issue qty unit Price total Price base Period 1 June 2024 - 31 May 2025 0001 two Daily Scheduled Pick-ups weeks 52 $0.00 0002 unscheduled Pick-ups (stat) jobs 100 $0.00 option Period 1 1 June 2025 - 31 May 2026 1001 two Daily Scheduled Pick-ups weeks 52 $0.00 1002 unscheduled Pick-ups (stat) jobs 100 $0.00 option Period 2 1 June 2026- 31 May 2027 2001 two Daily Scheduled Pick-ups weeks 52 $0.00 2002 unscheduled Pick-ups (stat) jobs 100 $0.00 option Period 3 1 June 2027- 31 May 2028 3001 two Daily Scheduled Pick-ups weeks 52 $0.00 3002 unscheduled Pick-ups (stat) jobs 100 $0.00 option Period 4 1 June 2028- 31 May 2029 4001 two Daily Scheduled Pick-ups weeks 52 $0.00 4002 unscheduled Pick-ups (stat) jobs 100 $0.00 the Request For Quotation (rfq) Number Ht940624r0021 Shall Be Used To Reference Any Written Quote Provided Under This Rfq. far. 52.219-6, Notice Of Total Small Business Set-aside the Purpose Of This Rfq Is For The Procurement Of Non- Personal Medical Courier Services For The 633rd Medical Group, Langley Afb, Hampton Va. Iaw Statement Of Work (sow), Dated 13 Mar 2024. *52.232-18, Availability Of Funds notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. *far Provision 52.212-1, Instructions To Offerors – Commercial Items (sep 2023) Applies To This Acquisition And The Following Addendum: addendum 52.212-1 . submission Of Offers. This Section Specifies The Format And Content That Offerors Will Use For Submitting Their Offers In Response To This Request For Quote (rfq). Offerors Shall Ensure That The Information Provided Within Their Offer Is Factual, Accurate, And Complete. the Government Anticipates Awarding A Firm-fixed Price Contract From This Solicitation. Award Will Be Made Using The Lowest Price Technically Acceptable (lpta) Source Selection Process. Award Will Be Made To The Responsible Offeror Based On The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non- Cost Factors. Award May Be Made Without Discussions With Offerors (except Communications Conducted For Technical Standpoint. The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. the Government May Reject Any Or All Offers If Such Action Is In The Public Interest. The Offeror Shall Submit Electronic Offers In Response To This Solicitation No Later Than 2:00 Pm 11 April 2024 Eastern. Offers Shall Be Submitted To Jan.t.harding.civ@health.mil. the Government Will Not Be Responsible For Any Failure Of Transmission Or Receipt Of The Offer, Or Any Failure Of The Offeror To Verify Receipt Of The Offer. offeror Questions And Clarifications: Any Questions, Comments Or Clarifications Concerning Any Aspect Of The Solicitation Shall Be Submitted In Writing Via E-mail Jan.t.harding.civ.civ@health.mil No Later Than 2:00 Pm 3 April 2024. Questions Or Clarifications Submitted Should Identify The Topic (e.g., Technical, Past Performance Or Price), And Must Reference The Applicable Section Of The Solicitation (e.g., Section, Paragraph, And Subparagraph) And Rfq Number. Telephone Calls Will Not Be Accepted Nor Responded To. Responses Will Be Posted On Sam.gov. offers. Instructions: The Submission Shall Be Logically Assembled. Each Section Shall Be Clearly Identified. Offer Shall Include The Following Written Documentation: section 1. Evaluation Factors factor 1 - Technical. Offeror Shall Submit A Technical Description Or Product Literature For The Service It Is Proposing, Which Clearly Identifies Service Provided. The Technical Description Shall Explain How The Proposed Service Meets The Minimum Requirements For The Service It Is Proposing As Specified In The Statement Of Work Section Of This Solicitation. . price – Factor 3. Offeror Shall Provide A Quote For The Proposed Prices For Each Clin. The Information Provided Will Be Used To Assist In The Price Analysis Described In Addendum To 52.212-2. the Following Shall Be Submitted: technical Data And Proposed Prices. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers. signed Amendments (if Any). representations And Certifications Found At Far 52.212-3 Alt 1 And 52.209-7- Must Be Completed If Not Completed In Sam.gov. prices Valid Until: payment Terms/discount: company Name: poc Email And Phone: cage Code/uei Number: offeror Signature/date: an Offeror Is Required To Be Registered In Sam When Submitting An Offer Or Quotation. quotation Preparation Costs. This Solicitation Does Not Commit The Government To Pay Any Costs Incurred In The Submission Of An Offer, In Making Any Necessary Studies For The Preparation Thereof, Or For Any Visit(s) The Contracting Officer May Request For The Purpose Of Clarification Of The Offer. * Addendum 52.212-2 contract Evaluation And Award: basis Of Award - This Solicitation Will Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors.. Award Will Result In A Firm Fixed Contract. except For Communications Conducted For The Purpose Of Minor Clarification, The Government Intends To Evaluate Offers And Award A Contract Without Discussions. Therefore, Each Initial Offer Should Contain The Offeror's Best Terms From A Technical And Price Standpoint. However, The Government Reserves The Right To Conduct Discussions If It Is Later Determined By The Contracting Officer To Be Necessary. evaluation Factors. The Following Factors Will Be Evaluated: factor 1. Technical. Reflects The Government’s Confidence In Each Offeror’s Ability, As Demonstrated In Its Offer, To Provide The Courier Services As Stated In This Solicitation. The Government Will Evaluate Whether The Offeror Has Demonstrated That The Offer For The Courier Services Meets The Requirements Of The Statement Of Work Statement. the Following Adjectival Ratings Will Be Used In Evaluating Each Offeror's Technical Offer. technical Evaluation rating description acceptable offer Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable offer Does Not Clearly Meet The Minimum Requirements Of The Solicitation. note: Any Offeror Receiving A Rating Of “unacceptable” For Technical Capability Will No Longer Be Considered For Award. note: The Government May Also Consider Any Additional Past Performance Information Available, To Include The Federal Awardee Performance And Integrity Information System (fapiis) And Contractor Performance Assessment Reporting System (cpars) For Any Negative Findings. note: A Past Performance Rating Of “acceptable” Must Be Obtained In Order To Be Considered For Award. factor 2. Price: Price Will Be Evaluated Separately From The Technical Factors And Will Be Evaluated For Fairness And Reasonability In Terms Of The Government’s Requirement. Price Must Be Determined To Be Fair And Reasonable. Offerors' Price Quotation Will Be Evaluated To Determine The Price Is Fair And Reasonable In Accordance With Far 12.209. Pricing Will Be Evaluated Using Various Price Analysis Techniques And Procedures Similar To Those Listed In Far 15.404- 1(b) Including, But Not Limited To, Comparison Of Proposed Price Received In Response To The Solicitation Or Comparison Of The Proposed Prices To Historical Prices Paid. (b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. rfq Due Date: 11 April 2024 rfq Due Time: 2:00 Pm. Et email To: Contracting Specialist, Jan Harding Jan.t.harding.civ@health.mil quote Must Be E-mailed. Anything Otherwise Can And Will Be Considered Nonresponsive. note: .zip Files Are Not An Acceptable Format For The Dod Network And Will Not Go Through Our Email System. all Companies Must Be Registered In The System For Award Management At Https://www.sam.gov/portal/public/sam/ To Submit A Quote. the Government Will Not Provide Contract Financing For This Acquisition. Invoice Instruction Shall Be Provided At Time Of Award. the Government Will Award A Contract Resulting From This Rfq To The Responsible Vendor Whose Quote Conforming To The Rfq Will Be Most Advantageous To The Government, Price And Other Factors Considered. note: The Vendor Acknowledges That Should The Quote Terms And Conditions And/or Agreement Conflict With Mandatory Provisions Of The Federal Acquisition Regulation (far) And Other Federal Law Applicable To Commercial Acquisitions, To The Extent Of Such Conflict The Far And Federal Law Govern And Conflicting Vendor Terms And Conditions And/or Agreement Are Unenforceable And Are Not Considered Incorporated Into Any Resultant Contract. the Full Text Of These Clauses And (*) Provisions May Be Assessed Electronically At The Website: Https://www.acquisition.gov/browse/index/far. Note: All Provisions Will Be Removed At Time Of Award But Shall Remain Part Of The Contract File. attachments: statement Of Work pricing Sheet provision And Clauses
Closing Date11 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Others...+1Machinery and Tools
United States
Chemical Water Analysis For 18 Omrs Theater Preventative Medicine Flight (tpmf) Kadena Ab, Okinawa Japan
Closing Date28 Mar 2024
Tender AmountUSD 499.9 K 
This is an estimated amount, exact amount may vary.

DEFENSE HEALTH AGENCY DHA USA Tender

Healthcare and Medicine
United States
Mtec-24-07-navydental: Request For Project Proposals Announcement
Closing Date26 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Machinery and Tools...+1Chemical Products
United States
****** This A Small Business Set Aside******** to Ensure Required Goods Are Available And Delivered By The Contractor In A Timely Manner, In Better Than Good Condition Cylinders And Dewars, And High-quality Rating As Specified By Amount And Timeline Of Deliveries Below. argon: (grade) Ultra-high Purity, (size) 180, (% Purity) 99.999, (nte Annually) 50, Type Dewar helium : (grade) Ultra-high Purity, (size) 300, (% Purity) 99.999, (nte Annually) 31,type Cylinder helium: (grade) Ultra-high Purity (size) 80, (% Purity) 99.999, (nte Annually) 1,type Cylinder hydrogen: (grade) High Purity (size) 300, (% Purity) 99.995, (nte Annually) 10,type Cylinder nitrogen: (grade) Ultra High Purity, (size) 300, (% Purity) 99.999, (nte Annually) 15,type Cylinder requirements: The Requirements Are To Provide The Products As Specified Below In A Timely Manner, As Specified By Each Type, In Better Than Good Cylinders And Dewars When Applicable, And High Quality Rating Of Each. The Cylinders And Dewars Will Be On A Lease Program That Will Be Paid For At The Start Of The Contract For The First Full Year. The Number Of Tanks And Dewars Are Estimated Based On Prior Usage, And This Contract Is A Not To Exceed (nte). The Navy Will Only Pay For The Tanks And Dewars Ordered. 1. Routine Goods As Stated Above, Shall Be Received/delivered Within Forty-eight Hours. Emergency Requests Will Be Received Within 24 Hours. If The Contractor Is Unable To Bring The Supply Within 48 Hours The Contractor Must Contact The Lab By Phone And Email Prior To The Delivery. 2. Notification To Contractor Will Be Performed Via Telephone Or Email For Routine And Emergency Needs/requirements Of Goods. 3. Emergency Or Unexpected Needs Of Goods Will Be Notified To Contractor Via Email And Response Shall Be Within A Twenty-four (24) Hour Period. 4. Inoperable, And Unfilled Cylinders And Dewars Will Be Rectified Or Replaced Immediately Within The Same Day Or By The Next Business Day Before Noon. If A Dewars Safety Valve Is Stuck Open Or Just Keeps Venting Out Argon, The Contractor Will Replace The Damaged Dewar Free Of Charge Within 48 Hours. The Laboratory Will Contact The Contractor For Replacement And The Issue Discovered. 5. All Goods Shall Be Of Ultra-high Purity Standard. Any Impure, Contaminated, And Dirty Cylinder And Dewar Must Be Rectified Or Replaced Immediately Within The Same Day Or By The Next Business Day Before Noon. Reference The Tables For The Purity Requirements. 6. Cihl Shall Be Notified Of Deliveries In A Timely Manner Via Telephone/email. All Goods Shall Be Delivered During Regular Working Hours Of 0700 To 1600 For Which Time A Cihl Personnel Shall Be Available For All Deliveries. No Deliveries Of Goods Shall Be Done Outside Regular Working Hours And Without The Presence Of Cihl Personnel. 7. The Contractor Shall Make The Necessary Arrangements To Enter The Facility Independently. Cihl Personnel Will Not Escort The Contractor To Deliver Goods. 8. Contract Length: The Contract Agreement Will Be For A Period Of One Full Year (12 Months) And Four (4) Subsequent Option Years From The Designated Start Date. One Year: May 1, 2024-april 30, 2025 Option Year 2: May 1, 2025-april 30, 2026 Option Year 3: May 1, 2026-april 30, 2027 Option Year 4: May 1, 2027-april 30, 2028 Option Year 5: May 1, 2028-april 30, 2029 9. Contractor Responsibilities: The Contractor Shall Be Responsible For The Scheduling Of Cylinders Pickup And Delivery, Optimum Conditions Of All Cylinders And Dewars Used To Provide Goods And The Scheduling Of Good Deliveries To Accommodate Cihl Needs.
Closing Date25 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Chemical Products
United States
The Defense Health Agency (dha), Intends To Award A Sole Source Firm Fixed Price Contract Under The Authority Of 13.106-1(b)(1), Soliciting From A Single Source To Dental Recycling North America, Inc, 1270 Avenue Of Americas, Ste 1820, New York, Ny 10020 For The Provision Of Amalgam Separator Units And Recycling Of Old Units As Part Of The Filtration System For Dental Chairs As Part Of Their Preventive Maintenance To Naval Medical Center Camp Lejeune (nmccl), Nc. the Acquisition Is For A Base Plus Four Option Periods To Provide The Replacement Amalgam Separator Units Rbu10 And Rbu30 To Include Shipping Labels For The Return Of The Used Amalgam Separator Units For Recycling. the Contractor Shall Be An Original Equipment Manufacturer (oem) Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment System, Such That Oem Warrant And Service Are Provided And Maintained By The Oem. The Vendor Shall Be Required To Provide Documentation From The Manufacturer Stating The Vendor Is An Authorized Provider For The Required Equipment/system. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. this Requirement Will Be A Small Business Set Aside. The North American Industry Classification System (naics) Codes Is 562112 – Hazardous Waste Collection. this Notice Of Intent Is Neither A Formal Solicitation, Nor A Request For Competitive Proposals. No Solicitation Document Is Available And Telephone Requests Will Not Be Honored. No Award Will Be Made Based On Unsolicited Quotations Or Offers Received In Response To This Notice. Any Response To This Notice Must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To The Government. The Intent Of This Notice Is For Informational Purposes Only. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government To Not Compete This Action Based On This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement Or To Proceed With A Sole Source Procurement. all Inquiries And Concerns Must Be Addressed In Writing Via Email To Felicia W. Smith At Felicia.w.smith.civ@health.mil With The Following Information Referenced In The Subject Line, 0012083593 – Rbu10 And Rbu30 Amalgam Separators. All Interested Parties Who Are Responsible, Certified, And Capable May Identify Their Interest And May Submit A Capabilities Statement No Later Than 5:00pm Eastern Standard Time (est) 28 April 2024 To The Above Listed Contact. The Interested Parties Bear Full Responsibility To Ensure Complete Transmission And Timely Receipt.
Closing Date28 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Housekeeping Services
United States
Housekeeping Services For The Walter Reed Army Institute Of Research (wrair) Campus Buildings
Closing Date29 Apr 2024
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Healthcare and Medicine
United States
Description Of Supplies: Thethe Naval Hospital Camp Pendleton (nhcp) Has A Need To Purchase An Auditory Function Screening Device. The Screening Device Is Required To Properly Test And Diagnose Patients. The Device Equipment Will Includeinteracoustics Lyra Dp/teoae, Interacoustics Otoaccess Database Single User License Code, Interacoustics Laptop, Interacoustics Printer, And An Interacoustics Cart. Currently E3 Diagnostics Is The Only Distributer Trained To Repair And Calibrate Required Equipment And Serves As An Authorized Service Representative. Vendor Holds Certification And Experience To Assure Ansi Specifications Of Equipment. E3 Diagnostics Inc Dba E3 Audiometrics Has Been Consistently Reliable With Providing The Audiology Department With Accurate And Timely Service. E3 Audiometrics Is The Sole Source Vendor For The Procurement And Service Maintenance Of The Requested Equipment. disclaimer: The Proposed Contract Action Is For Services For Which The Government Intends To Sole Source Under The Authority Of Far 13.106-1(b)(1). The Determination By The Government Not To Compete This Proposed Contract Action Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Responses Received Will Not Be Considered. The Justification And Approval Shall Be Published After The Award Of This Contract In Accordance With Far 5.301 - Synopses Of Contract Awards.
Closing Date29 Apr 2024
Tender AmountRefer Documents 
81-90 of 757 archived Tenders