Drone Tenders
Drone Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Closing Soon7 Mar 2025
Tender AmountRefer Documents
Description: Amendment 1 Posted On 2/27/2025. this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulations (far) Subpart 12.6 And 13.5, 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. The Solicitation Number Is Sp451025q1025 And Being Issued As A Request For Quotation (rfq). this Solicitation And Incorporated Provisions And Clauses Are In Effort Through Federal Acquisition Circular 2025-03. See Attached Statement Of Work (sow) And Applicable Provisions And Clauses. this Is A 100% Small Business Set-aside Solicitation For Portable Truck Scales For Dla Disposition Sites Conus. The Naics Code Is 333998, Small Business Size Standard Is 700 Employees. And The Requirement Will Result In A Firm Fixed Priced Idiq Contract. background: The Primary Mission Of The Defense Logistics Agency (dla) Disposition Services Is To Dispose Of Department Of Defense (dod) Excess And Surplus Property Generated By The Military Services. This Is Accomplished Through Reutilization To Other Dod Activities, Transfer To Other Federal Agencies, Donation To Authorized State And Local Organizations, Sale To The Public, Or Ultimate Disposal Through Abandonment Or Destruction. Dla Disposition Services Headquarters Is Located In Battle Creek, Michigan, With A Variety Of Field Sites Worldwide. Dla Disposition Services Is Responsible For Managing The Dod Surplus Property Program. to Accomplish This Mission, Dla Disposition Services Is Seeking To Purchase Portable Truck Scales In Accordance With The Attached Statement Of Work (sow) For Dla Disposition Services Conus (see Attachments, Sow And Price Schedule For Specifications/additional Terms. offers Are Due At 12:00 Pm Eastern Time (united States), On 28 February 2025. Email Quotes To Matthew.wonch@dla.mil. Questions Are Due 14 February 2025 By 12:00 Pm Eastern Time And Must Be Submitted In Writing Via Email To Matthew.wonch@dla.mil. Questions Will Not Be Answered Via Telephone. Questions That Occur After The Cut Off, But Are Considered To Be Significant To The Requirement, Will Be Accepted And Discussed Only With Those Vendors That Have Submitted A Quote. the Following Provisions And Clauses Are Applicable To This Solicitation: the Provision At Far 52.212-1 (instructions To Offerors – Commercial Items (sep 2023) the Provision At Far 52.212-2 (evaluation -- Commercial Items) (nov 2021) Applies To This Procurement (with Evaluation Consisting Of Award To The Responsible Contractor On The Basis Of The Lowest Evaluated Price, Including All Options If Any, Meeting Or Exceeding The Acceptability Standards For Non-cost Factors (low Price – Technically Acceptable). The Following Non-cost Factors Will Be Used To Evaluate Offers: Salient Characteristics. c. In Accordance With The Provision Far 52.212-3 (offerors Representations And Certifications -- Commercial Items) (2023-o0002) (may 2024) And Far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I (feb 2024) 024). The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. d. Far 52.212-4 (contract Terms And Conditions -- Commercial Items) (nov 2023) Applies To This Procurement. e. Far 52.212-5 (contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) (jan 2025) Applies To This Procurement. the Following Far Clauses Apply To This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-10, Reporting Executive Compensation And First - Tier Subcontract Awards (jun 2020) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities; (dec 2023) 52.204-25, Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment; (nov 2021) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jan 2025); 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) 52.219-28, Post-award Small Business Program Re-representation (jan 2025) 52.219-33, Nonmanufacturer Rule (sep 2021) 52.222-3, Convict Labor (jun 2003) 52.222-19, Child Labor - Cooperation With Authorities And Remedies (jan 2025); 52.222-21, Prohibition Of Segregated Facilities (apr 2015); 52.222-26, Equal Opportunity (sep 2016) 52.222-35, Equal Opportunity For Veterans (jun 2020) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37, Employment Reports On Veterans (jun 2020) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50, Combatting Trafficking In Persons (nov 2021); 52.232-33, Payment By Electronic Fund Transfer-central Contractor Registration (oct 2018) the Following Additional Far Clauses Apply To This Procurement: 52.202-1 Definitions (jun 2020) 52.203-3, Gratuities (apr 1984) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020) 52.203-12, Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.203-17 Contractor Employee Whistleblower Rights. (nov 2023) 52.204-13, System For Award Management Maintenance (oct 2018) 52.204-18, Commercial And Government Entity Code Maintenance (aug2020) 52.204-19, Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.216-18, Ordering (aug 2020) 52.216-22 Indefinite Quantity (oct 1995) 52.217-9, Option To Extend The Term Of The Contract (mar 2000) (fill-ins Are 7 Calendar Day Notice Provided There Is A 14-calendar Preliminary Notice, With Overall Contract Duration Maximum Of 5 Years) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.229-3 Federal, State, And Local Taxes (feb 2013) 52.232-17, Interest (may 2014) 52.232-23 Assignment Of Claims (may 2014) 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-1 Disputes (may 2014) 52.233-3, Protest After Award (aug 1996) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) 52.242-13, Bankruptcy (jul 1995) 52.247-34, Fob Destination (jan 1991) 52.252-6, Authorized Deviations In Clauses (nov 2020) 52.216-19, Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $2,500.00 The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor- (1) Any Order For A Single Item In Excess Of $250,000.00; (2) Any Order For A Combination Of Items In Excess Of $250,000.00; Or (3) A Series Of Orders From The Same Ordering Office Within 5 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 5 Days After Issuance, With Written Notice Stating The Contractor’s Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) the Following Far Provisions Apply To This Procurement: 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (sep 2007) 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements-representation. (jan 2017) 52.204-7, System For Award Management (nov 2024) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-17, Ownership Or Control Of Offeror (aug 2020) 52.204-20, Predecessor Of Offeror (aug 2020) 52.204-22 Alternative Line Item Proposal (jan 2017) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26, Covered Telecommunications Equipment Or Services – Representation (oct 2020) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation (nov 2015) 52.209-5 Certification Regarding Responsibility Matters (aug 2020) 52.209-7, Information Regarding Responsibility Matters (oct 2018) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (feb 2016) 52.217-5 Evaluation Of Options (jul 1990) 52.219-1 Small Business Program Representations (feb 2024) 52.222-22, Previous Contracts And Compliance Reports (feb 1999) 52.222-25 Affirmative Action Compliance (apr 1984) 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications (jun 2020) 52.252-5, Authorized Deviations In Provisions (nov 2020) 52.233-2 Service Of Protest (sep 2006) (a) Protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From Mr. Chad Hankins. (b) The Copy Of Any Protest Shall Be Received In The Office Designated Above Within One Day Of Filing A Protest With The Gao. (end Of Provision) the Following Dfars Clauses Apply To This Procurement: 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (dec 2022) 252.204-7003, Control Of Government Personnel Work Product (apr 1992) 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (jan 2023) 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7022, Expediting Contract Closeout (may 2021) 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism (may 2019) 252.211-7003, Item Unique Identification And Valuation (jan 2023) 252.223-7008, Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7001, Buy American And Balance Of Payments Program - Basic (feb 2024) 252.225-7002, Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7012, Preference For Certain Domestic Commodities (apr 2022) 252.225-7013, Duty-free Entry (nov 2023) 252.225-7048, Export-controlled Items (jun 2013) 252.225-7052 Restriction On The Acquisition Of Certain Magnets And Tungsten (may 2024) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006, Wide Area Work Flow Payment Instructions (jan 2023) (by Reference, Full Text Provided In Award) 252.232-7010, Levies On Contract Payments (dec 2006) 252.243-7001, Pricing Of Contract Modifications (dec 1991) 252.243-7002, Requests For Equitable Adjustment (dec 2022) 252.244-7000, Subcontracts For Commercial Items (nov 2023) 252.247-7023 Transportation Of Supplies By Sea—basic (oct 2024) the Following Dfars Provisions Apply To This Procurement: 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019) 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation (may 2021) 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) 252.215-7008 Only One Offer. (dec 2022) 252.225-7000, Buy American – Balance Of Payments Program Certificate - Basic (feb 2024) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) the Following Dlad Provision Applies To This Procurement: (dlad) 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016) l06 Agency Protests (dec 2016) l09 Reverse Auction (oct 2016) the Contracting Officer May Utilize Reverse Auctioning To Conduct Price Discussions. If The Contracting Officer Does Not Conduct A Reverse Auction, Award May Be Made On Initial Offers Or Following Discussions. If The Contracting Officer Decides To Use Line Reverse Auctioning To Conduct Price Negotiations, The Contracting Officer Will Notify Offerors Of This Decision And The Following Applies: (1) The Contracting Officer May Use Reverse Auction As The Pricing Technique During Discussions To Receive The Final Offered Prices From Each Offeror. (2) During Each Round Of Reverse Auction, The System Displays The Lowest Offer Price(s) Unless The Auction Instructions Are Different. All Offerors And Authorized Auction Users See The Displayed Lowest Price(s). This Disclosure Is Anonymous And A Generic Identifier Displays For The Offeror. Generic Identifiers Include Designators Such As “offer A” Or “lowest-priced Offeror.” By Submitting A Proposal In Response To The Solicitation, Offerors Agree To Participate In The Reverse Auction And That Their Prices May Be Disclosed, Including To Other Offerors, During The Reverse Auction. (3) An Offeror’s Final Auction Price At The Close Of The Reverse Auction Is Considered Its Final Price Proposal Revision. No Price Revisions Will Be Accepted After The Close Of The Reverse Auction, Unless The Contracting Officer Decides That Further Discussions Are Needed And Final Price Proposal Revisions Are Again Requested In Accordance With Federal Acquisition Regulation (far) 15.307, Or The Contracting Officer Determines That It Would Be In The Best Interest Of The Government To Re-open The Auction. (4) The Contracting Officer Identifies Participants To The Dla Commercial Reverse Auction Service Provider. To Be Eligible For Award And Participate, The Offeror Must Agree With Terms And Conditions Of The Entire Solicitation And The Commercial Reverse Auction Service. The Reverse Auction Pricing Tool System Administrator Sends Auction Information In An Email. The Reverse Auction System Designates Offers As "lead," Meaning The Current Low Price In That Auction, Or "not Lead," Meaning Not The Current Low Price In That Auction. In The Event Of A Tie Offer, The Reverse Auction Provider's System Designates The First Offer Of That Price As "lead" And The Second Or Subsequent Offer Of That Price As "not Lead." If A Tie Offer Is Submitted And No Evaluation Factors Other Than Price Were Identified In The Solicitation Or A Low-price Technically Acceptable Source Selection Is Being Used, The "not Lead” Offeror That Submitted The Tie Offer Must Offer A Changed Price; Otherwise Its Offer Will Be Ineligible For Award. If Evaluation Factors In Addition To Price Were Listed In The Solicitation And A Tradeoff Source Selection Is Being Used, Tie Offers That Are "not Lead" Will Be Considered And Evaluated. (5) Offerors Unable To Enter Pricing Through The Commercial Reverse Auction Service Provider’s System During A Reverse Auction Must Notify The Contracting Officer Or Designated Representative Immediately. The Contracting Officer May, At Their Sole Discretion, Extend Or Re-open The Reverse Auction If The Reason For The Offeror’s Inability To Enter Pricing Is Determined To Be Without Fault On The Part Of The Offeror And Outside The Offeror’s Control. (6) Training. The Commercial Reverse Auction Service Provider Or Government Representative Conducts Training For Offerors. Offerors Receive Training Through Written Material, The Commercial Reverse Auction Service Provider’s Website, Or Other Means. Trainers Name Employees Successfully Completing The Training As A “trained Offeror.” Only Trained Offerors May Engage In A Reverse Auction. The Contracting Officer Reserves The Right To Remove The “trained Offeror” Title From Anyone Who Fails To Obey The Solicitation Or Commercial Reverse Auction Service Provider Terms And Conditions. instructions To Offerors: submit Quotes By Email To Matthew.wonch@dla.mil No Later Than February 28th, 2025, At 12:00 P.m. Eastern Time. Attention Should Be Noted To Far 52.212-1(f), Concerning Late Submissions. The Offeror Bears The Risk Of Non-receipt Of Any Email Transmissions And Should Ensure That All Pages Of The Quote Have Been Received By The Designated Office Before The Deadline Indicated. Email Submissions By 5:00 Pm One Business Day Prior To The Due Date And Time Are Encouraged To Reduce The Possibility Of Server Or Other Cyber-related Delays That May Render Your Response As Ineligible For Consideration. Quotes Are To Include: the Price Schedule Is Attached And Responding Firms Are Required To Complete And Return The Price Schedule For The Line Items. all Offerors Shall Submit A Technical Package That Confirms The Portable Truck Scale Quoted/proposed Meet The Technical Specifications Listed In The Statement Of Work (sow). The Technical Package Will Be Reviewed For Technical Acceptability. The Specifications Shall Be Detailed And Complete To Verify That All Salient Characteristics Are Met In Accordance With Sow. 3) Offerors Shall Provide The Actual Manufacture For Portable Truck Scale Submitted In Their Technical Package. This Information Is Required To Determine Compliance With Far 52.219-33 Nonmanufacturer Rule Clause. 4) Offerors Shall Provide The Applicable Cage Code Or Unique Entity Identifier Number With Their Bid Submission. The Information Located In Far 52.212-3 (offerors Representations And Certifications) Must Be Current On Sam.gov At The Time Of Quote Submission. evaluation: quotations Will Be Evaluated On A Lowest-priced Technically-acceptable Basis (ltpa). Award Will Be Made To Firm That Offers The Lowest Total Cost To The Government For The Entire Requirement (inclusive Of Options, If Any) After A Pass/fail Evaluation Of The Contractors Technical Package Meeting Or Exceeding Salient Characteristics In The Sow.
MC HABITAT Tender
Housekeeping Services
France
Closing Soon7 Mar 2025
Tender AmountEUR 415 K (USD 435.3 K)
Description: France – Building-cleaning Services – Le Présent Accord Cadre A Pour Objet La Réalisation De Prestations Au Moyen De Bons De Commande, En Vue De Réaliser Le Nettoyage De Façades Et Toitures Ainsi Que Diverses Prestations Par Drone Sur Le Patrimoine Immobilier De Mc Habitat, Tel Que Décrit À L'article 2 Du Cctp
201-210 of 289 active Tenders