Furniture Tenders
Furniture Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo. the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard). it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration. the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease. the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought. the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site. 1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code. 2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful. 3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted. 4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations. 5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration. 6. Are You Able To Customize The Space To Meet Mission Requirements To Include: electronic Security Systems, Intrusion Detection, Cctv Yes___ No___ soundproof Space Yes___ No___ increased Ventilation Yes___ No___ telecommunication Rooms Yes___ No___ chemical Storage Yes___ No___ emergency Eye Wash Stations Yes___ No___ patient Exam Rooms Yes___ No___ overhead Rolling Doors Yes___ No___ would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________ the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid. what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility? _________________________________________________________________________ what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators? __________________________________________________________________________ will A Sub-contractor Be Used? Yes___ No___ if So, What Disciplines Will Require A Sub-contractor? please Provide Facility Pricing Schedules And Lease / Buy Options. please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To: scott Morrison At Scott.morrison@usace.army.mil ines Necker At Ines.necker@usace.army.mil jay Denker At Jay.b.denker@usace.army.mil
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Hanover delineated Area: Entire Town Limits Of Hanover, Ma. minimum Sq. Ft. (aboa): 6,160 maximum Sq. Ft. (aboa): 6,809 space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 15 Years - 180 Months firm Term: 10 Years – 120 Months option Term: N/a additional Requirements: offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Floodplain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. .agency Unique Requirements agency Tenant Improvement Allowance: $64.26 Per Aboa Sf building Specific Amortized Capital (bsac): $25.00 Per Aboa Sf additional Requirements: site Access Shall Be Via A Direct Route From A Primary Or Secondary Street. traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks. sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads. public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays. public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements. there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards. the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways. there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles. mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable. sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable. the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market. the Site Shall Not Be Located Below Grade. sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space. the Space Is Required To Be Contiguous. the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade. the Space May Not Be More Than Twice As Long As It Is Wide. the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space. ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction. sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc. the Site Shall Have Two Lines Of Windows For Natural Lighting. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission. reference Project Number:2ma0212 please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap expressions Of Interest Due: December 16, 2024 market Survey (estimated): Tbd occupancy (estimated): Tbd send Expressions Of Interest To: Clare Nawrocki 10 Causeway Street, 11th Fl., Boston, Ma 02222 617-513-1831 email Address: Clare.nawrocki@gsa.gov government Contact Information: lease Contracting Officer carrie Rosenman
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Veterans Affairs (va) Currently Occupies Warehouse Space Under A Lease In Honolulu, Hi That Will Expire On 2/14/2026. Va Is Considering Alternative Space If Economically Advantageous, Otherwise The Government Intends To Continue Occupancy And Pursue A Sole Source Acquisition In Accordance With The Authority Outlined In General Services Administration Acquisition Manual (gsam) 570.402 Succeeding Leases. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, And Replication Of Tenant Improvements, Telecommunication Infrastructure, Equipment, And Furniture Costs. Va Requires Warehouse Space Yielding Approximately 15,851 Rentable Square Feet (rsf), 2 Reserved Parking Spaces Immediately Outside Of The Warehouse Space, And 11 Unreserved Parking Spaces. The Rentable Space Must Not Exceed 15,851 Rentable Square Feet (rsf). Please Send Expressions Of Interests By E-mail Only No Later Than January 20, 2025 By 3:30 Pm Pst To The Attention Of: Jessica Nonaka, Lease Contract Specialist, Jessica.nonaka@va.gov And Melinda Thome, Lease Contracting Officer, Melinda.thome@va.gov. Responses After This Date Will Not Be Considered. Alternative Space Being Offered Must Meet The Following Criteria: 20-year Lease Term (10 Years Fixed And 10 Years Non-fixed) With Termination Rights. Warehouse Space Yielding Approximately 15,851 Rsf. Rentable Space Must Not Exceed 15,851 Rsf. On-site Parking For A Minimum Of 13 Standard Sized Automobiles (2 Reserved Parking Spaces Immediately Outside Of The Warehouse Space, And 11 Unreserved Parking Spaces). Structured Parking Under The Space Is Not Permissible. Approximately Within .3 Walkable Miles Of Public Transportation Of The Building S Front Entrance. Amenities (restaurants, Shopping Etc.) Within .5 Miles Of The Space. Storefront Must Be Situated On Or Within The Delineated Boundaries Described Below: North: Nimitz Hwy Business District South: Aolele St. East: Paiea St. West: Rodgers Blvd. Traffic Flow To Site Shall Not Interfere With Ingress/egress Accessible By A Public Right-of-way. Occupancy By 2/15/2026. Not Within The Fema 100-year Flood Plain. Not A Sublease. Not Located Within .25 Miles Of Properties With Incompatible Uses E.g., Liquor Establishments, Substance Abuse Treatment Centers, Correctional Institutions, Discharging Of Firearms, Railroad Tracks, Within Flight Paths, Industrial Areas, Agricultural Areas That Are Within Proximity To Fields Where Chemical Insecticides/herbicides Are Sprayed, Residential Hotel Or Motel, Marijuana Dispensary, Illegal Activities Occur E.g., Illegal Drug Sales, Prostitution, Loitering As Determined By Va. Restaurants, Bar/grill Dinning Are Acceptable. Spaces With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage Will Not Be Considered. Offered Space Must Meet Federal And Local Government Requirements For Fire Protection And Life Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Request For Proposals If One Is Issued. Expressions Of Interest Shall Provide The Following Information For The Proposed Space Being Offered: Address Of Space With A Map Showing Property Within The Delineated Area. Evidence Of Ownership: Name, Phone Number, Email Of Owner, And Deed Or Most Recent Property Tax Bill Or An Agreement Signed By The Owner Authorizing A Representative To Submit An Interest On The Owner S Behalf And Deed Or Most Recent Property Tax Bill. Amount Of Ansi/boma Office Area (aboa) Square Feet (sf) To Be Offered. Amount Of Rentable Square Feet (rsf) To Be Offered. Annual Rental Rate Per Rsf Per Year For The Following Rent Components. Base Rent: Property Taxes: Building Insurance: Common Area Maintenance: Operating Expenses: State What Opex Includes And Respective Cost For Each Element. Amount Of Parking Available On-site. Floor Plan, Aboa, And Rsf. Site Plan Depicting The Property Boundaries, Building, And Parking. City Zoning Map Of Space Showing That The Space Is Zoned For Medical Use. Narrative With Map Describing The Space S Proximity To Public Transportation. Description Of Ingress/egress To The Building From A Public Right-of-way And Accessibility To Major Roads Or Highways. Statement Of Interested Party S Ability To Meet All The Governments Requirements Identified In This Notice. Fema Map Showing Property Outside The 100-year Flood Plain. Date Of Space Availability. Note: This Notice Is Not A Request For Lease Proposals (rlp), Nor Is It A Solicitation For Offers (sfo). The Purpose Of This Notice Is To Identify Potentially Suitable Alternative Space. Va's Decision Regarding Whether To Relocate Will Be Based, In Part, On Information Received In Response To This Notice. Va Will Not Reimburse Costs Incurred In Response To This Notice. The Government Is Limited By Law (41 C.f.r. â§102-73.55) To Pay No More Than The Appraised Fair Rental Value For Space.
MINISTRY OF FINANCE AND BUDGET AND MANAGEMENT BARMM Tender
Chemical Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 282.5 K (USD 4.8 K)
Details: Description Alcohol, Ethyl, 500 Ml Pump Bottle 15 Alcohol, Ethyl, 500 Ml Bottle 15 Liquid Hand Soap, 500ml Bottle 15 Muriatic Acid, 1 Gallon Gallon 15 "toilet Bowl Cleaner With Bleach, 709ml Kills 99.9% Of Bathroom Bacteria And Viruses Coats The Entire Bowl For A Spariding, Fresh-smelling Clean With Angled Bottle That Targets Hard-to-reach Areas Safe To Use With All Plumbing And Septic Systems" Jar 15 "all-purpose Cleaner, 1 Liter Kills 99% Of Common Household Bacteria And Viruses With Its Elegant Scent. Removes Tough Dirt And Grime. For Use On Most Hard, Non-porous Surfaces." Bottle 15 Liquid Sosa, 500ml Bottle 15 Laundry Detergent Powder Sachet Citrus Fresh 40g 6's Pack 15 Detergent Bar, Long-lasting Fresh Fragrance After Washing, 125 Grams Piece 15 Dishwashing Liquid, 750ml, Antibacterial Bottle 15 "glass Cleaner, 250ml Features: • Anti Dust • Anti-mist • Streak-free •lemon Flavor" Bottle 15 Glass And Stainless Microfiber Cloth Piece 20 "multi Insect Killer, Water Based Aerosol Spray, 500ml Its Powerful Formula Is Specially Designed To Kill Crawling, Flying And Garden Insects Feel Confident To Use It Anywhere Indoors Or Outdoors Around Carpets, Draperies, No-wax Floors, Houseplants And Garden Plants Won't Damage House Plants When Used As Directed Leaves No Odor" Jar 15 "automatic Spray Air Freshener, 269ml Spray Refill And Holder Kit Specification: Quickly Fills The Room With Freshness Battery-operated Air Freshener Dispenser Provides Up To 60 Days Of Automatic Freshness There Are Two Ways To Spray. Time Settings: Choose One Of Three Time Settings To Select How Often You Would Like Your Fragrance. Boost Button: Press The Button For An Extra Burst Of Fragrance Anytime You Want It." Unit 40 "air Freshener Spray Lemon, 320ml Eliminates Odor And Freshens The Air Making Your Place Inviting For All Long Lasting Fragrant, Pleasing To Smell" Jar 15 Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack Pack 15 Facial Tissue, 2 Ply, 250 Pulls (with Box) Box 15 "trash Bag Large Black 26"" X 32"" Capacity: Approx. 16 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 10 Pieces Per Pack" Pack 15 "trash Bag, Medium Black 22"" X 24"" Capacity: Approx. 33 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 10 Pieces Per Pack" Pack 15 "trash Bag Small Black 18"" X 20"" Capacity: Approx 5 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 25 Pieces Per Pack" Pack 15 "furniture Polish, 300ml Features: • Shine And Protect Woods And More • Enhancing Polish • Lemon Flavor" Bottle 15 "disinfectant Spray, Crisp Linen Scent, 175grams Kills 99.9% Of Fungi, Viruses, And Bacteria Kills Cold & Flu Viruses Disinfects Hundreds Of Surfaces In Your Home Sanitizes Soft Surfaces Prevents Mold And Mildew From Growing For Up To A Week" Jar 15 "multi-purpose Laundry Utility Basins Size: Large 38x13cm" Piece 5 "dust Pan, Rigid Non-breakable Plastic Preferably Color: Green Heavy Duty" Piece 12 "toilet Plunger Rubber Force Cup With Handle Size: 4-1/2"" X 9""" Piece 25 Dishwashing Sponge, Heavy Duty Piece 12 Toilet Brush With Long Handle Designed To Reach The Toilet Surface Easily. Piece 15 "hand Brush Features: • Easy Grip Handle • Iron Shaped Design • Durable Bristles • Wide Range Of Use • Space Efficient" Piece 15 Water Pail, Green And Blue, 25l Piece 25 "broom, Stick (walis Ting-ting) Good Quality Made" Piece 2 Door Mat (kerala), 40cm X 60cm Piece 40 "bathroom Deodorizer Features: • Net Wt: 100g • Flavor: Lemon • With Holder & Refill" Piece 25 Fabric Conditioner, 500ml Pack 15 Garbage Bin, 75 Liters Piece 2 "dip (tabo) Dimensions: 55 X 11 X 3.5inch (wxlxh) Durable Plastic Material" Piece 25 Mop Bucket, Heavy Duty, Hard Plastic, 30 Liters Capacity Unit 13 Mop Handle, Heavy Duty Piece 14
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure All Personnel, Equipment, Furniture, Supplies, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Provide Food Service For The Cadets And Cadre Participating In The Junior Cadet Leadership Challenge (jclc) Hosted By The Coconino High School Junior Reserve Officers’ Training Corp (jrotc) From April 24 To 27, 2025 At Camp Navajo, Bellemont, Arizona On A Small Business Set-aside Basis, Provided Two (2) Or More Qualified Small Businesses Respond To This Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If Two (2) Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. The Anticipated Naics Code Is 722310; This Industry Comprises Establishments Primarily Engaged In Providing Food Services At Institutional, Governmental, Commercial, Or Industrial Locations Of Others Based On Contractual Arrangements With These Types Of Organizations For A Specified Period. The Establishments Of This Industry Provide Food Services For The Convenience Of The Contracting Organization Or The Contracting Organization's Customers. The Contractual Arrangement Of These Establishments With Contracting Organizations May Vary By Type Of Facility Operated (e.g., Cafeteria, Restaurant, Fast-food Eating Place), Revenue Sharing, Cost Structure, And Personnel Provided. Management Staff Is Always Provided By Food Service Contractors. The Size Standard In Millions Of Dollars For This Naics Code Is $47m. attached Is The Draft Performance Work Statement (pws). responses To This Notice Shall Be E-mailed To The Contract Specialist, Candice M. Hodges At Candice.m.hodges.civ@army.mil And Contracting Officer, Samuel M. Henderson At Samuel.m.henderson1.civ@army.mil No Later Than 7 February 2025 At 10:00 A.m. Est (fort Knox Local Time). limitations On Subcontracting And Nonmanufacturer Rule Do Not Apply To Small Business Set-asides For Contracts At Or Below The Simplified Acquisition Threshold (sat). It Does Apply To 8(a), Hubzone, Sdvosb, Edwosb, And Wosb Set-asides Regardless Of The Dollar Value Of The Award. small Business Contractors Awarded Contracts Above The Sat Are Required To Comply With Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting When Utilizing Subcontractors. The Penalty For Non-compliance Is The Greater Of (a) $500k Or (b) The Dollar Amount Expended, In Excess Of Permitted Levels. see Far 52.219-14 - Limitations On Subcontracting For Small Business. all Wosb Firms Need To Take Action In Beta.certify.sba.gov In Order To Compete For Wosb Federal Contracting Program Set-aside Contracts. in Response To This Notice, Please Provide: 1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. 2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. 4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns. 6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@army.mil Or 520-944-7373, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7. Recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring The Identified Items/services.
Department Of Agrarian Reform - DAR Tender
Software and IT Solutions
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Procurement Of One(1) Lot Of It Equipment 1. Laptop I5 12th Gen, 15.6” Led, 500gb Ssd, 8gb Ram Unit 1 2. Printer 3n1, (print, Scan, Photocopy) Unit 1 ***********nothing Follows************ A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Authorities Tender
Others
France
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: Organization of exhibitions on the gates and in the Luxembourg Gardens in 2025 as part of the 150th anniversary of the Senate - Lot No. 4 - Assembly, disassembly, supply of outdoor exhibition furniture, printing and maintenance of the exhibition presented in the Luxembourg Gardens
ABIMOTA - National Association of Two-Wheel, Hardware, Furniture and Related Industries Tender
Civil And Construction...+1Others
Portugal
Closing Date14 Jan 2025
Tender AmountEUR 220.9 K (USD 227.4 K)
Purchaser Name: ABIMOTA - National Association of Two-Wheel, Hardware, Furniture and Related Industries | Design, Construction, Decoration, Production, Transport, Assembly, Technical Assistance, Storage, Maintenance and Dismantling Service of a Promotional Stand for the Eurobike 2025 Fair - Frankfurt - Germany
Department Of Education Division Of Ozamiz City Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 70.2 K (USD 1.2 K)
Details: Description Item No. Qty Unit Items And Description Abc 1 10 Pcs Air Freshener Gel, Min. 180g 93.75 2 8 Pcs Air Freshener Glade Automatic Spray 250.00 3 80 Pcs Air Freshener Refill For Glade Automatic Spray 19.50 4 4 Pcs Battery 9v Max Alkaline Heavy Duty 370.00 5 10 Pcs Battery 9v Rechargeable 130.00 6 10 Pcs Battery Aa Max Alkaline Heavy Duty 2s/pack 110.00 7 10 Pcs Battery Aaa Max Alkaline Heavy Duty 2s/pack 160.00 8 15 Pcs Battery, Dry Cell, Size Aa 30.00 9 10 Pcs Battery, Dry Cell, Size Aaa 90.00 10 40 Pcs Biscuits 65.00 11 3 Pcs Broom, Soft (walis Tambo), With Bamboo Handle 27.64 12 15 Pcs Broom, Stick (walis Ting-ting) 190.00 13 6 Pcs Brush For Toilet Bowl With Container Stand, Heavy Duty 270.00 14 10 Pcs Brush With Long Handle For Toilet Floor 35.00 15 2 Pcs Brush, Hand Brush/short Handle Plastic For Toilet Walls 235.00 16 15 Pcs Brushes For Spider Web, Extended Handle 45.00 17 10 Pcs Bulb Led Daylight Min. 11watts 100.00 18 192 Pcs Butter Coconut Biscuit 90g 7.25 19 2 Pcs Carburandum 200.00 20 2 Pcs Chair (small) 100.00 21 10 Pcs Cleaner, Toilet Bowl And Urinal, 1000ml With Nozzle 136.24 22 3 Pcs Cloud Computing Services 200.00 23 5 Pcs Detergent Powder, Flower Scent, All Purpose, 1kg 15.00 24 5 Pcs Dishwashing Liquid, Min. 250ml 170.00 25 4 Pcs Doormat Rug 22.78 26 15 Pcs Dust Pan With Long Handle 125.90 27 4 Pcs Feather Duster 150.00 28 10 Pcs Fluorescent Tube Big Slim 80.00 29 30 Pcs Fluorescent Tube Small Slim 30.00 30 20 Pcs Furniture Cleaner, Aerosol Type, 300ml 15.00 31 5 Pcs Glass Cleaner Liquid Spray 500ml 360.00 32 15 Pcs Glass Cleaner, 1 Gallon 15.00 33 5 Pcs Hand Soap, Liquid, 500ml, Pump Type Antibacterial, Safeguard 60.00 34 4 Pcs Insecticide, Odorless (not Waterbase), 500ml 100.00 35 20 Pcs Laminating Film, A4 15.00 36 10 Pcs Laminating Film, Legal 81.00 37 3 Pcs Licealis 10ml U 500.00 38 30 Pcs Liquid Bleach, 1 Gallon 40.00 39 15 Pcs Liquid Bleach, 1000ml 270.00 40 12 Pcs Liquid Hand Soap, Scented , 1gallon 130.00 41 15 Pcs Liquid Sosa 500ml 30.00 42 30 Pcs Mineral Water Natures Spring 375ml 35.00 43 10 Pcs Multi-purpose Cleaner Ajax 1l Rose Fresh 55.00 44 80 Pcs Muriatic Acid 500ml 110.00 45 6 Pcs Pail (orocan Green) 150.00 46 2 Pcs Paint Brush #2 90.00 47 2 Pcs Paint Brush #3 100.00 48 6 Pcs Paint Brush #7 90.00 49 16 Pcs Paper Cups 6oz, 50pcs/pack 20.00 50 10 Pcs Philippine National Flag, 100% Polyester 15.00 51 6 Pcs Photopaper, Glossy A4 With 20 Sheets Per Pack 284.84 52 3 Pcs Rags, Face Towel, Cotton Yarn/microfiber 260.00 53 3 Pcs Roller Brush #8 90.00 54 3 Pcs Roller Brush #9 70.00 55 3 Pcs Roller Brush/ Babyroller 90.00 56 6 Pcs Rust Remover Wd40 Industrial (not Quickly Dry) 110.00 57 10 Pcs Sand Paper Champ C1000 139.36 58 20 Pcs Specialty Paper 200gsm Worx Long For Property Card And Stock Card 12.00 59 5 Pcs Sponge Steel Wool 4 Pcs Per Pack 75.00 60 25 Pcs Sprayer Bottle 500ml Capacity 60.00 61 10 Pcs Stain Remover, Wipeout 65.00 62 14 Pcs Stirrer 100pcs Per Pack 25.00 63 2 Pcs Tile Red 40.00 64 3 Roll Tissue Jrt, Big Roll, 2ply Min. Of 200m/roll 160.00 65 5 Roll Tissue Pullnaps 2ply 350.00 66 15 Roll Toilet Deodorizer, 100g 50.00 67 3 Pcs Trash Bin, Min.15 Liters,step-open Plastic 106.00 68 2 Pcs Trash Bin, Min.8 Liters, Swing Cover 500.00 69 3 Pcs Varnish Natural 580.00 *** Nothing Follows *** Total 70,245.08
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 339113 - Surgical Appliance And Supplies Manufacturing Psc 6530 Hospital Furniture, Equipment, Utensils, And Supplies Naic Size Standard Of 800 Employees For The Beckley Vamc. responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Fedbizopps (fbo) Or Gsa Ebuy. requested Information responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size. If Vendor Is Interested And Capable, And Can Provide The Required Product/service, Please Provide The Requested Information For Questions 1-15 As Indicated Below: is This Service/product Priced On Vendor S Gsa/sewp/fss/nac/sac Contract? Yes/no
if Yes, Provide Vendor Government Contract Number Or Leave Blank?
is This Service/product Open Market Pricing? Yes/no
is Open Market Priced Online? Yes/no
provide Vendor S Business Size Status And Representations Naic And Psc Code?
does Vendor Have Capability, Product, And Interest For Brand Name Steris Amsco 7052 Hp End Item Product Requirement? Yes/no
does Vendor Have Capability, Product, And Interest Of An Equal End Item Product? Yes/ No
if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information. where Is Brand Name End Item Product Place Of Manufacturer?
where Is Equal End Item Product Place Of Manufacturer?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Brand Name End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Equal End Item Product?
provide A Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer. sow
general Information
brand Name Qty 2 Amsco 7052hp Or Equal
one Month Supply Qa/ Validation Test Or Each Machine
one Month Supply Compatible Wash Solution That Can Extend Instrument Life Of All Brands For Each Machine
automatic Steam Heated Washer Disinfector 208v, 3 Ph, 60hz,
fastest Cycle Time Less Than 16 Minutes Load Types Waste, Media, Glassware, Or Other For Same Day Surgery-
iso/aami 15883 Compliant.
must Be Able To Handle 50 Or More Loads Per Week To Accommodate Increase In Or Cases. fda Approved Equipment
must Meet Ansi/aami St108
must Be Able To Disinfection And Sterilize In The Same Cycle. equipment To Accommodate Minimum Tray Of 6 And At Least Up 10
water Hose Installation Kit To Connect Existing Va Facility Water Inlet Lines And Install Manual Shut Off Valve.
condensate Drain Return compatible Circuit Protection
no Va It Software Requirement Monthly Or Annual License Fees To Access Equipment Reports.
at Least Four Compatible 3 Level Manifold Rack at Least For Compatible Minimum 3 Level Manifold Rack To Accommodate Multiple Small Items
compatible Auto Docking Transfer Cart Adapter And Transfer Care Standard Chamber For Each Equipment
provide Wash Adapter Or Compatible If Requirement Required For Each Equipment
deinstall And Disposal Of Existing Equipment No Cost To Government For Each Equipment.
at Least A 2 Year Service Plan, Preventative Maintenance Per Manufacturer Schedule, Warranty, Software, Software Updates, Equipment Repair, Qualified Staff, Labor, Parts, Travel, Shipping All Inclusive For Each Equipment.
electronic And Hard Copy Operational Handbook, Maintaince Schedule. onsite Trainings On New Equipment authorized Installer notes all Capability Statements And Responses Rfi Questions In This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 1/17/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice. disclaimer this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi. end Of Notice
5351-5360 of 5430 archived Tenders