Tenders of Dept Of The Army Usa

Tenders of Dept Of The Army Usa

DEPT OF THE ARMY USA Tender

Others
United States
Part Number: Cspl-db-r20 product: Cardiosource Plus Online Subscription Renewal (4) 12-month Subscriptions Starting 10/1/2025 To 9/30/2029 (base+ 3 Options)
Closing Soon22 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Vglz199555 Repair Fire Station Foundation Bldg. 859
Closing Date24 Jun 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Conex Restrooms
Closing Soon21 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
This Is A Sole Source Synopsis. Acc-rsa Has A Sole Source Requirement For Siliconexpert P5 Platform Tool Subscription. This Is A Sole Source With Siliconexpert Software Iaw Far 13.501(a)(2)(i). Iaw Far 5.207(c)(15) Siliconexpert Is The Only Source Capable Of Fulfilling The Government's Requirement For The Renewal. The Silicon Expert Tool Is The Only Predictive Tool Found To Provide Counterfeit Risk Information On Electronic Components. It Also Is The Only Tool Found To Have The Extensive Database Of Historic Part Datasheets Which Are Imperative In Statusing Historic Parts. No Solicitation Documents Exist At This Time. This Item Utilizes North American Industry Classification System (naics) Code Of 513210. Iaw Far 5.207(c)(16_(ii) All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. This Provides Yearly Maintenance Services For The Proprietary Copyrighted Software. Acc-rsa Will Not Be Responsible For Any Costs Incurred By The Interested Parties In Responding To This Notice. This Notice Of Intent Is Not A Request For Competitive Quotes. Phone Calls Will Not Be Accepted.
Closing Date29 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Recruiting Station - Air Force Career Center - Kissimmee, Fl
Closing Date16 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Energy, Oil and Gas
United States
Hydrogen Compressor / Gas Booster
Closing Date15 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others...+1Electrical and Electronics
United States
Css 88751 - Repair Light Fixtures
Closing Date1 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Ccap-mdd 15 April 2025 subject: Solicitation No W91crb24cpbwlf; Request For Proposal (rfp) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With Federal Acquisition Regulations (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 Written Solicitation Will Not Be Issued. The Solicitation Document And Incorporated Provision To Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2005-93, Effective 02 January 2017. The Word Government In This Document Refers To The United States Government, Its Authorized Agencies, Departments, Representatives, Personnel And Assigns Only. this Solicitation Is A Request For Proposal (rfp), Foreign Military Sales (fms) Case: Pg-g-wlf And Pb-b-wlj, Arp Case: Ec25019, Country: Ghana the Associated North American Industrial Classification Standard (naics) Code Is 423430; The Federal Supply Classification (psc) Is 7a21. the Government, Intends To Procure The Following Commercial Items And/or Services: power & Distribution Equipment (non-us Inventory) contractor Provides Ten (10) Ea, Apc Back- Ups Pro contractor Provides Five (5) Ea, Step Up-down Transformer general Purpose Adp Equipment, Software, Supplies, And Support Equipment contractor Provides Ten (10) Ea, Ms Office Home & Business 2021 contractor Provides Two (2) Ea, Plotter Printer contractor Provides One (1) Ea Ethernet Smart Switch contractor Provides Three (3) Ea External Hard Drive contractor Provides Four (4) Ea Ink Cartridge-black contractor Provides Four (4) Ea Ink Cartridge-cyan contractor Provides Four (4) Ea Ink Cartridge-yellow contractor Provides Four (4) Ea Ink Cartridge-magenta contractor Provides Twenty (20) Ea Plotter Printer Paper contractor Provides Four (4) Ea Toner Cartridge-cyan contractor Provides Two (2) Ea Laser Printer contractor Provides Four (4) Ea Toner Cartridge-magenta contractor Provides Four (4) Ea Toner Cartridge-yellow contractor Provides Six (6) Ea Toner Cartridge-black pb-b-wlj Ghana Sof Intel Structure hardware / Software general Purpose Adp Equipment, Software, Supplies, And Support Equipment contractor Provides Three (3) Ea External Hard Drive contractor Provides Two (2) Ea Ethernet Smart Switch contractor Provides One (1) Ea, Plotter Printer contractor Provides Two (2) Ea Ink Cartridge-black contractor Provides Two (2) Ea Ink Cartridge-cyan contractor Provides Two (2) Ea Ink Cartridge-yellow contractor Provides Two (2) Ea Ink Cartridge-magenta contractor Provides Two (2) Ea Plotter Printer Paper contractor Provides Two (2) Ea Laser Printer contractor Provides One (1) Ea Toner Cartridges - Black contractor Provides One (1) Ea Toner Cartridges - Cyan contractor Provides One (1) Ea Toner Cartridges - Yellow contractor Provides One (1) Ea Toner Cartridges - Magenta contractor Provides One (1) Ea Projector contractor Provides One (1) Ea Projector Screen contractor Provides One (1) Ea Television contractor Provides One (1) Ea Tv Wall Mount contractor Provides Four (4) Ea Ms Office Home & Business Software power & Distribution Equipment (non-us Inventory) contractor Provides Five (5) Ea, Step Up/down Transformer contractor Provides One (1) Ea, Back- Ups Pro the U.s. Government Reserves The Unilateral Right To Make No Award. Offeror Shall Provide, As Part Of Its Proposal Package, A Technical Proposal That Is Sufficiently Detailed To Prove That The Commercial Product It Is Offering Meets All The Salient Characteristics In Accordance With This Solicitation. Offeror Shall Include Adequate Sales History For The Product(s) It Is Offering. basis For Award: the Following Factors Will Be Used To Evaluate Offers In Accordance With 52.212-2: 1) The Government Will Evaluate The Technical Proposal To Ensure That It Meets The Government’s Requirements. the Government Reserves The Right To Only Evaluate The Lowest Priced Offeror For Technical Capability. Should The Lowest Price Offeror Be Determined As Unacceptable, The Next Lowest Offeror Will Be Evaluated For Technical Capability, And So Forth. the Government Intends To Award Without Discussions But Reserves Its Right To Hold Discussions. 2) The Contract Type Will Be Firm Fixed Price. The Government Shall Evaluate The Price For Price Reasonableness Of The Proposal And A Price Realism Analysis Shall Not Be Conducted. Award Will Be Made To The Lowest Price Technically Acceptable (lpta) Offer. Proposals Must Meet Or Exceed The Characteristics List In Paragraph 3.1.1, 3.1.2, And 3.1.2.2 Of The Statement Of Work (sow). 3) This Will Be A Small Business Set-aside. Only Offers From Small Businesses Will Be Accepted. shipping Instructions: **note: Vendors Shall Not Ship Material 1. Vendor Will Submit Shipping Instructions Request (sir) To Dcma Transportation For Subsequent Shipment Instructions. The Dcma Office Requires 15 Days Notification Prior To Actual Shipment Pickup. Cognizant Dcma Will Be Provided At Time Of Award. in Lieu Of A Transportation Account Code (tac), Dcma Is Directed To Accept A Jcp Gt&e Delivery Authorization And Coordination Form. The Pco Will Ensure That All Delivery Orders And Task Orders Issued Will Contain The Following Email Address, Usarmy.belvoir.usasac.list.gte-trans-appvl-fund-req@army.mil And The Following Phone Number Dsn 515-0080; Commercial 571-515-0080. Dcma Will Use The Email Or Phone Number To Obtain The Delivery Authorization Form Which Will Contain All The Pertinent Information, Including A Valid Tac, In Order To Complete The Shipping Process dcma: Determined When Awarded phone: Tbd email: Tbd 3. No Partial Shipments Are Allowed 4. The Vendor Will Mark The Outside Of Each Box In Accordance With Current Commercial Packaging Mil-std-129p. Label With The Contract Number And Fms Case Designator. other Important Information/requirements: it Is The Responsibility Of The Offeror To Ensure That Their Offer Is Compliant With All Provisions Of The Far And Its Supplements Listed In This Combined Synopsis/solicitation. The Government May, But Is Not Obligated To, Consider The Offer Of Any Offeror That Is Non-compliant With Any Provision Of The Far And Its Supplements Listed In This Combined Synopsis/solicitation. Furthermore, The Government Is Not Required To Inform Any Offeror That Their Offer Is Non-compliant With The Far Or Any Of Its Supplements. Failure Of An Offeror To Comply With Any Provision Of The Far And Its Supplements Listed In This Combined Synopsis/solicitation Can Be Deemed By The Government As Unacceptable And Non-responsive To The Solicitation. the Parties Hereto Recognize That Any Technical Data And Computer Software Being Purchased Hereunder Will Be Provided To A Foreign Government. The Parties Further Recognize That The Clauses In This Contract Dealing With Rights In Technical Data, Computer Software And Patent Indemnity May Be Drafted In Terms Of Rights Flowing To The United States Government. Accordingly, The Offeror Agrees To Grant, And By Incorporation Of This Clause In The Contract Document, Does Grant, That Foreign Government The Same Rights In Technical Data, Computer Software And Patent Indemnity As Would Be Granted To The United States Government By Operation Of Those Clauses In The Contract Document Dealing With Rights In Technical Data, Computer Software And Patent Indemnity, Except That No Rights To Computer Software Source Code For The Foreign Government Are Provided In This Contract. For Purposes Of Contract Administration, The Parties Agree That The Clauses Will Be Administered With The Foreign Government In Such A Manner As Best Approximates That Set Out With Respect To The United States Government. accelerated Delivery At No Additional Cost To The Government Is Accepted And Encouraged. Partial Shipments Are Not Authorized. packaging Requirements Shall Be In Accordance With Guidance Outlined In Standard Practice For Commercial Packaging (ispm15), American Society For Testing And Materials (astm) Designation: D3951-98, Commercial Packaging And Preservation. “level Of Protection (lop): Commercial, Level Of Pack (lpk): Commercial, Quantity Unit Pack (qup): 001. Marking Shall Be In Accordance With Mil-std-129p. inspection And Acceptance Shall Be At Source/origin For Hardware And Destination For Training. offeror Shall Comply With Security Requirements, Where Applicable, In Paragraph 3.4 Of The Statement Of Work. provisions And Clauses Applicable To This Acquisition Are As Follows: far 52.212-1 Instructions To Offerors –commercial Items far.52.212-2 Evaluation – Commercial Items far 52.212-3 Offeror Representations And Certifications far 52.212-4 Contract Terms And Conditions – Commercial Items far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders- Commercial Items, For Paragraph (b) The Following Clauses Apply: Far 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards; Far 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment; Far 52.219-6 Notice Of Total Small Business Set-aside far 52.219-8 Utilization Of Small Business Concerns; Far 52.219-14 Limitations On Subcontracting Far 52.219-28 Post Award Small Business Program Representation (mar 2009) Far 52.222-3 Convict Labor; Far 52.222-19 Child Labor; Far 52.222-26 Equal Opportunity; Far 52.222-36 Affirmative Action For Workers With Disabilities; Far 52.223-18- Encouraging Contractor Policies To Ban Text Messaging While Driving; Far 52.222-50 Combating Trafficking In Persons far 52.225-13 Restriction On Certain Foreign Purchases far 52.227-1 Authorization And Consent far 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement far 52.232-39 Unenforceability Of Unauthorized Obligations far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors far 52.233-3 Protest After Award far 52.233-4 Applicable Law For Breach Of Contract Claim far 52.246-2 Inspection Of Supplies-fixed-price far 52.247-29 F.o.b. Origin far 52.247-34 F.o.b. Destination far 52.252-2 Clauses Incorporated By Reference far 52.215-6 Place Of Performance the Following Dfars Clauses Apply: dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials dfars 252.203-7002 Requirements To Inform Employees Of Whistleblower Rights dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials dfars 252.204-7003 Control Of Government Personnel Work Product dfars 252.204-7004 Alternate A, System For Award Management dfars 252.204-7007 Alternate A, Annual Representations And Certifications dfars 252.204-7011 Alternative Line-item Structure dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support dfars 252.211-7003 Item Unique Identification And Valuation dfars 252.211-7006 Passive Radio Frequency Identification dfars 252.215-7007 Notice Of Intent To Resolicit dfars 252.223-7008 Prohibition Of Hexavalent dfars 252.225-7027 Restriction On Contingent Fees For Foreign Military Sales; dfars 252.225-7028 Exclusionary Policies And Practices Of Foreign Governments; dfars 252.225-7048 Export-controlled Items dfars 252.225-7979 Additional Access To Contractor And Subcontractor Records In The United States Central Command Theater Of Operations (deviation 2018-o00008) dfars 252.225-7995 Contractor Personnel Performing In The United States Central Command Area Of Responsibility (deviation 2017-o0004) dfars 252.227-7015 Technical Data- Commercial Items; dfars 252.227-7037 Validation Of Restrictive Markings On Technical Data; dfars 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports dfars 252.232-7006 Wide Area Workflow Payment Instructions dfars 252.232.7010 Levies On Contract Payments dfars 252.243-7001 Pricing Of Contract Modifications dfars 252.244-7000 Subcontracts For Commercial Items dfars 252.247-7023 Transportation Of Supplies By Sea full Text Of These Provisions And Clauses, With Noted Exceptions Regarding Local Clauses, May Be Obtained By Accessing The Following Internet Website: Http://www.acq.osd.mil/dpap/sitemap.html army Contract Writing System (acws) Transition Information For Contractors the Army Contracting Enterprise (ace) Is In The Process Of Deploying New Solicitation And Contract Writing Software To Army Contracting Offices Worldwide. Known As The Army Contract Writing System (acws), This Modern Software Suite Will Soon Replace Most Existing Army Contract Writing Systems, Including The System Used To Create And Release This Contract. during This Transition Period, Contractors Are Hereby Advised: the Contracting Office May Use Any Combination Of Contract Writing Systems To Generate Distributable Copies Of This Contract During Its Period Of Performance, As Well As Any Subsequent Modifications Or Orders (if Applicable). As A Result: subsequent Documents You Receive May Appear Noticeably Different Than The Original Award Or Previous Contractual Documents From The Same Contracting Office. a Change Between Contract Writing Systems May Cause Important Information Concerning Contract Terms And Conditions To Take On Different Formatting Or Appear In Different Parts Of Later Documents Issued. contractors Shall Ensure Customer Relationship Management (crm) Systems And Personnel Interacting With This Contract Are Prepared To Identify And Respond Appropriately To Differences Between Document Versions. the Government Does Not Intend To Use The Shift Between Contract Writing Systems To Effect Any Changes To Contract Terms And Conditions. Therefore: contractors Should View Changes To Terms Or Conditions Between Document Versions As System-generated And Potentially Erroneous Unless Accompanied By Narrative(s) Designating Such Changes As Deliberate And Desired. contractors Shall Inform The Contracting Officer Listed On The First Page Of The Most Recent Document Issued For Guidance Regarding Any Suspected Or Observed Inadvertent Or System-generated Changes (e.g. Noticing Something Missing In A New Conformed Copy). the Government Will Correct Any Inadvertent Or System-generated Changes, Additions, Or Omissions Discovered By Either Party, Via Bilateral Modification, At No Cost To The Contractor. the Terms And Conditions Contained In The Latest Document Reflecting Deliberate Action By The Contracting Officer (e.g. The Last Conformed Copy Of The Award Not Affected By The Observed Issue) Will Take Precedence Until These Problems Are Corrected. in The Unlikely Event Award Information Is Corrupted Or Mutilated During System Migration And Replacement Or Re-issuance Of This Contract Is Necessary For Continued Contract Administration, The Contracting Officer Will: issue A Continuation Contract In Accordance With Dfars 204.1601(c) And Dfars Pgi 204.1601(c), Carrying Over All Terms And Conditions From The Last-known Version Of This Contract Accurately Reflecting Mutual Agreement Of The Parties. incorporate The Last-known Version Of This Contract Accurately Reflecting Mutual Agreement Of The Parties As An Attachment To The Replacement Or Continuation Contract For Future Reference. ensure Any Such Reissuance Or Continuance Is Properly Reported To Preserve The Integrity Of Contractor Performance Measurement Data, If Any (e.g. Fapiis, Cpars). warranty The Offeror’s Offer Shall Include A Standard 1-year Warranty. requirements For No Cost Warranty. The Contractor Shall Provide A Warranty For This Foreign Military Sale (fms) Covering Defective Workmanship And Material Defects For All Items Furnished In Accordance With This Contract Or Any Modification Thereof. Coverage Of The Warranty Shall Be For A Minimum Of One (1) Year (twelve (12) Months) In Duration In Time, And Shall Start At The Time Of Pick Up For Shipment At Point Of Origin. Terms Of This Warranty Shall Be Amended To Extend Coverage To Final Fms Customer(s) Outside The Continental United States (oconus). no Cost Warranty Manual. The Contractor Shall Provide An Operational Manual And/or An Instructional Insert To Accompany The Items Furnished In Accordance With This Contract Or Any Modification Thereof, Describing The Actions To Be Taken By The User In Order To Exercise The Warranty To Obtain Repaired/replaced Equipment. This Warranty Guidance/instruction Shall Be Provided As A Minimum In The English Language (and Preferable Additionally In The Native Language Of The Fms Customer If Requested During Negotiation). Warranty Documents Should Include Contact Information (phone Number(s) And/or Address (es)) Of Warranty Claim Point Of Contacts (pocs) For Fms Customer. no Cost Warranty Procedures. Upon Arrival At The Contractor’s Repair Facility, Both The Contractor And Government Representative Will Determine If Failed Item Is Covered Under The Warranty. The Fms Customer Shall Be Responsible For The Established Contractual Cost For Items Tested And Found To Be A "false Pull" Or "no Evidence Of Failure (neof)", To Include All Incurred Associated Transportation Costs. The Contractor Shall Meet A 30 Day Turn-around Time For Repair. This Time Shall Be From The Date Of Receipt By The Contractor, To Shipment Of Repaired/ Replaced Equipment From The Contractor's Facility. An Extended “no Cost” Warranty Covering Repaired/replaced Items Against Defective Workmanship And Material Defects, Shall Be Provided For A Minimum Of One (1) Year (twelve (12) Months) In Duration In Time, And Shall Start At The Time Of Pick Up For Shipment. The Contractor Shall Be Responsible For Transportation Cost From The Fms Customer To The Contractor’s Facility And Return To The Fms Customer. Due To The Nature Of Fms, If Notification Of Defective Item(s) Was Provided To The Contractor Before The Expiration Date Of The “no Cost” Warranty, The Contractor Shall Not Dismiss A Warranty Claim Regardless If Items To Be Repaired/replaced Arrive To The Contractor’s Facilities After The Expatriation Date Of The “no Cost” Warranty. no Cost Warranty Markings. Warranty Markings Shall Be Applied To Item/equipment. Warranty Markings Should Be Applied To Unit, Intermediate And Shipping Containers, If Possible. The Markings Shall Be In A Conspicuous Location To Give Notice That The Item(s) Are Subject To Warranty Coverage. These Markings Shall Indicate The Time Period Or Condition Of The Warranty (e.g., Days/months, Hours Of Operation, Etc.). The Warranty Markings Shall Be Applied By Labeling, Tagging, Or Printing And Shall Be Prefaced By The Words “warranty Item” In Letters Approximately Two Times Larger Than The Letters For The Remainder Of The Required Information. proposal Shall Include: (1) Solicitation Number And Date On Cover Page With Numbered Pages; (2) Original Letter Signed By An Individual Authorized To Bind The Organization (include Federal Tax Identification Number, Cage Code And Duns); (3) Business Size, If Small Business List Subcategory, If Applicable; (4) Schedule Of Offered Items To Include Quantity, Unit, Unit Price, Total Price And Grand Total Columns; (5) Representation And Certifications Compliant With Far Clause 52.212-3; (6) Acknowledgement And Agreement With Amendments, If Applicable. Offerors Must Have A Current Registration In The System For Award Management (sam) Prior To Award. The Offeror May Register In (sam) At Http://www.sam.gov. (7) Warranty Terms And Conditions In Accordance With The Warranty Provision, Submitted In Microsoft Word Or Pdf Format. requirements For Offerors offeror Shall Have A Current Registration In The Wide Area Workflow (wawf) Prior To Award. The Offeror May Register In Wawf At Https://wawf.eb.mil. submission Of Proposal: quotes And Any Applicable Attachments Shall Be Submitted Nlt Noon Est On Thursday 15 May 2025, To Contract Specialist By Email At: Andrew.w.kelly.civ@army.mil. We Will Attempt To Answer Any Question That Is Presented By 15 May 2025.
Closing Date18 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Software and IT Solutions
United States
Ga Arng On-site Shredding Service
Closing Date28 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Healthcare and Medicine
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. The Solicitation Number Is W81k0025qa061 And Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Small Business Size Standard Of 1,000 Employees. This Requirement Is 100% Set- Aside To Sdvosb. Only Those Registered Business Sellers In Sam.gov With Naics Code 339112 May Submit A Quote. please Read The Attachment In Its Entirety For Required Fill-in Clauses, Terms And Conditions, Correct Pricing Format, Etc. quotes Must Be Submitted Via Email To Fabiola.palma-trujillo.civ@health.mil And Cc Adam Gregory At Christopher.a.gregory11.civ@health.mil And Are Due No Later Than 10am (mountain), 21 April 2025. attachment: Rfq W81k0025qa061
Closing Soon21 Apr 2025
Tender AmountRefer Documents 
51-60 of 1186 active Tenders