Led Tenders

Led Tenders

OFFICE OF PROCUREMENT OPERATIONS USA Tender

United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services 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.the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Provision At 52.212-1, Instructions To Offerors-commercial Products And Commercial Services, And The Addenda Applies To This Acquisition. Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer. The Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services, And Addenda Applies To This Acquisition. The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services, Applies To This Acquisition And All The Additional Far Clauses Marked With An "x" In The Clause Are Applicable To The Acquisition. the Department Of Homeland Security (dhs), Federal Protective Service (fps) Is Issuing A Combined Synopsis/solicitation For The Purpose Of Awarding A Firm-fixed Price Purchase Order. Quotes Must Include A Total Price For All Labor, Supervision, Tools, Materials, Equipment Necessary For The Removal Of The Existing Intrusion Detection Systems (ids) And The Purchase, Installation Of A Completely New Ids System. The System Consists Of But Not Limited To The Following: Alarm Control Panel W/tamper, Alarm Keypads, Biased Door Contacts, Wireless High Powered Repeater W/transformer And Wireless Universal Transmitter. The Location, Lewis F Powell United States Courthouse/annex Building, 1000/1100 East Main Street, Richmond, Va 23219. a Highly Recommended (see Solicitations Provisions Titled, Site Visit Attendance) Site Visit Will Occur On April 29,2025. Please Contact James Austin At James.austin@associates.fps.dhs.gov, Marcus Mason At Marcus.l.mason@fps.dhs.gov No Later Than April 28, 2025 Confirming Your Attendance For The Site Visit. questions Regarding This Rfq Shall Be Submitted Via Email To James Austin At James.austin@associates.fps.dhs.gov, And Marcus Mason At Marcus.l.mason@fps.dhs.gov. No Later Than May 2, 2025, At 4:00 Pm Edt. vendors Are Requested To Submit Quotes In Response To This Rfq Via Email At James.austin@associates.fps.dhs.gov And Marcus Mason At Marcus.l.mason@fps.dhs.gov, No Later Than May 16, 2025 At 4:00 Pm Edt.
Closing Date16 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

United States
Details: Maintenance Dredging Of The Long Island Intracoastal Waterway Federal Navigation Project At Bellport Bay And Moriches Bay, Suffolk County, New York market Survey background Information the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform Maintenance Dredging Of The Long Island Intracoastal Waterway (liiw) Federal Navigation Project At Bellport Bay And Moriches Bay. The Proposed Maintenance Dredging Would Remove Approximately 30,000 Cubic Yards (cy) Of Sand With Placement Along The Shoreline Of Cupsogue Beach County Park And/or Smith Point County Park. The Placement Areas Are Approximately 1.25 To 4.5 Miles From The Dredging Area. Dredging Would Be Required To A Depth Of -6 Feet Mean Lower Low Water (mllw) Plus 2 Feet Allowable Overdepth. survey Of The Dredging Industry the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Dredging Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Maintenance Dredging Of Long Island Intracoastal Waterway Federal Navigation Channel At Bellport Bay And Moriches Bay With Placement Onto Cupsogue Beach County Park And/or Smith Point County Park. general a. Name Of Firm W/ Address, Phone, And Fax Number, Point Of Contact And Email Address. b. Identification And Verification Of The Company As A Hub Zone Small Business Firm, Or, A Service-disabled Veteran Owned Small Business Firm, Or, A Small Business Firm, A Sba Certified 8(a) Firm, Or, A Large Business Firm. c. Cage Code And Duns Number For The Firm. d. Have You Ever Worked On Dredging And Beach Placement Jobs Similar In Nature To This Project? If So, Please Describe The Project And For Whom The Work Was Performed. Identify A Point Of Contact And Phone Number, As A Reference Of Relevant Experience. e. Have You Performed Dredging And Beach Placement Along The South Shore Of Long Island, New York? If So, Describe The Scope Of Work Of The Project And Location. f. What Percentage Of Work (volume Of Material Dredged And Placed) Can You Perform With Your Own Equipment Or Equipment Owned By Another Dredging Contractor? g. Would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? h. What Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? i. Is There A Dollar Limit On The Size Of Contract That You Would Bid? If So What Is That Limit? j. What Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? k. Use Of Usace Resident Management System (rms 3.0) Will Be Required For This Dredging Contract. Do You Have Experience Using The Usace Resident Management System (rms 3.0) For Delivering Submittals, Daily Dredging Reports And Pay Estimates? the Proposed Work Is Anticipated To Be Performed By Utilizing A Hydraulic Dredge. Additionally, Barges, Tug Boats, Pipeline And Land Based Equipment Such As Dozers, Will Be Needed To Perform The Work During The Dredging And Placement Activities. The Dredging And Placement Along The Shoreline Would Be Required To Meet All Federal, State, And Approved Local Criteria Required By The Government Agencies Having Jurisdiction Where The Dredging And Placement Sites Are Located. once The Contract Is Awarded, The Contractor Will Be Required To Commence Work Within Five (5) Calendar Days After The Date Of Receipt By Him Of The Notice To Proceed (ntp), And Maintain An Integrated Production Rate Of At Least 2,000 Cubic Yards Per Calendar Day For The Dredging And Placement Of The Dredged Sand. The Presence Of Dredging Equipment In The Channel Will Impact Ship Traffic, And It Is Necessary To Maintain This Production Rate While Minimizing The Duration Of This Impact. The Proposed Work Is Anticipated To Take Place In The Fall/winter Of 2025/2026. The Work Is Estimated To Cost Between $1,000,000 And $5,000,000. l. Do You Have Experience Applying The Usace Em 385-1-1 (mar 2024) And All Requirements? Safety Deficiencies Observed On Site Will Require Immediate Attention And Action To Meet All Applicable Safety Codes. m. Would You Be Willing To Bid On The Project Described? If The Answer Is No, Please Explain Why Not? equipment n. What Type Of Dredge Equipment Do You Own And / Or Operate That Is Suitable For The Work Described? Do You Own A Hydraulic Dredge? Please List Each Piece Of Equipment You Own And/or Operate That Is Capable Of Performing Dredging And Pumping Of Dredged Material For Beach Placement, I.e. Dredges, Discharge Pipeline (specify Quantity In Linear Feet), Booster Pumps, Dozers, Front End Loaders, Forklifts, And/or Other Equipment Needed For Grading The Beach. For Each Dredge That You List, Please Specify Its Size, Horsepower, And Any Other Salient Characteristics. o. What Length And Diameter Of Discharge Pipeline Do You Have Available For Use? Do You Own The Discharge Pipeline? p. Describe Your Experience With Beach Placement And Beach Grading Of Dredged Material? q. Identify Which Dredge(s), Including Support Equipment (tug, Scows, Etc), You Would Employ On This Project. Please List Each Piece Of Equipment Capable Of Performing Each Type Of Work Described, I.e. Dredging, Transfer, Transportation, And Final Placement Of The Material. Also, For Each Dredge, Identify The Digging Depth. r. Will You Be Able To Meet A Production Rate Of 2,000 Cubic Yards Per Calendar Day And Complete All Work Required To Dredge 30,000 Cy Of Sand With Placement Along The Shoreline Approximately 1.25 To 4.5 Miles From The Dredging Area?
Closing Date2 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

United States
Details: Notice Of Intent For Use Of Brand Name Or Equal Descriptions To Meet Requirements Under Section 888(a) Of The National Defense Authorization Act For Fiscal Year 2017 (pub. L. 114-328) As Referenced In Dfars 206.302-1(c)(2). special Notice: The U.s. Army Corps Of Engineers Kansas City District (usace) Will Be Soliciting Construction Proposals For Multiple Buildings At Lcaap, Mo. as Part Of The Construction Contract Solicitations, Usace Intends To Include The Following Brand Name Requirement: monaco Bt-xm Transmitters To Provide Two-way Communication Between The Central Reporting Station, Existing Buildings, And The Fire Station On Site. This Allows For Both The Receipt Of Supervisory, Trouble And Fire Alarm Signals And Future Two-way Mass Notification Capability. addressable Networked Est Systems Fire Panels For Future “campus Style” Monitoring Arrangement With Proprietary Communications Backbone. this Is Not A Solicitation For Competitive Proposals; However, If Any Interested Party Believes That They Can Meet The Above Requirement, They May Submit A Capability Statement To The Point Of Contact Listed In This Special Notice. All Information Furnished Must Be In Writing And Must Contain Sufficient Detail To Allow Usace To Be Able To Determine If The Interested Party Can Perform The Requirement Described Herein. Compatible System(s) Must Comply With Provision 52.225-12. Notice Of Buy American Requirement-construction Materials Under Trade Agreements, And Clause 52.225-11, Buy American-construction Materials Under Trade Agreements. all Responsible Sources May Submit A Capability Statement Which Shall Be Considered By The Agency. The Submission Must Be Received No Later Than 11:00 Am Cst On 29 April 2025 To Michael.g.france@usace.army.mil.
Closing Date29 Apr 2025
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Other Consultancy Services...+1Consultancy Services
France
Description: Prestations Et Consultations De Psychologues À Destination Des Étudiants Et Du Personnel De L'université Paris-saclay
Closing Date19 May 2025
Tender AmountRefer Documents 

Directorate Of Local Bodies Tender

India
Description: Digital Wall Screen Led Supply With Fittings
Closing Date28 Apr 2025
Tender AmountINR 500 K (USD 5.7 K)

DEPT OF THE ARMY USA Tender

United States
Details: Notice Of Intent For Use Of Brand Name Or Equal Descriptions To Meet Requirements Under Section 888(a) Of The National Defense Authorization Act For Fiscal Year 2017 (pub. L. 114-328) As Referenced In Dfars 206.302-1(c)(2). special Notice: The U.s. Army Corps Of Engineers Kansas City District (usace) Will Be Soliciting Construction Proposals For Multiple Buildings At Lcaap, Mo. as Part Of The Construction Contract Solicitations, Usace Intends To Include The Following Brand Name Requirement: see Attached Equipment List. this Is Not A Solicitation For Competitive Proposals; However, If Any Interested Party Believes That They Can Meet The Above Requirement, They May Submit A Capability Statement To The Point Of Contact Listed In This Special Notice. All Information Furnished Must Be In Writing And Must Contain Sufficient Detail To Allow Usace To Be Able To Determine If The Interested Party Can Perform The Requirement Described Herein. Compatible System(s) Must Comply With Provision 52.225-12. Notice Of Buy American Requirement-construction Materials Under Trade Agreements, And Clause 52.225-11, Buy American-construction Materials Under Trade Agreements. all Responsible Sources May Submit A Capability Statement Which Shall Be Considered By The Agency. The Submission Must Be Received No Later Than 11:00 Am Cst On 29 April 2025 To Michael.g.france@usace.army.mil.
Closing Date29 Apr 2025
Tender AmountRefer Documents 

DRUG ENFORCEMENT ADMINISTRATION USA Tender

United States
Details: The Drug Enforcement Administration (dea) Intends To Negotiate A Sole Source Procurement With Dedrone Defense Inc., 45662 Terminal Drive, Suite 110, Sterling, Va 20166-4340 For Renewal Of Detection Hardware And Software Annual Licenses And Annual Maintenance Agreement. in Accordance With Far 5.207(c)(16)(ii), Vendors That Feel They Can Meet The Government's Requirements Detailed Above May Submit A Capability Statement Which Shall Be Considered By The Agency. The Government Anticipates The Award Of A Firm Fixed-priced (ffp) Purchase Order. A Determination By The Government Not To Open The Requirement To Competition Based On Responses To This Notice Is Solely Within The Discretion Of The Government. In Accordance With Far 6.302-1(c) The Justification Is Attached With This Notice. The Acquisition Will Be Conducted Through The Far Part 13 "simplified Acquisition Procedures." The North American Industry Classification System (naics) Code For This Requirement Is 334511. This Notice Of Intent Is Not A Request For Competitive Quotation. A Request For Quotation (rfq) Is Not Available. Closing Date For Submitting A Capability Statement Is April 24, 2025 At 10:00am Eastern Standard Time (est). All Submissions Should Be Submitted Electronically To Sonya.l.maxwell@dea.gov
Closing Soon24 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

United States
Description: 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; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2020-04. The Provisions At 52.212-1, 52.212-3 And The Clauses At 52.212-4, 52.212-5 Apply To This Acquisition; No Addenda Are Attached. this Is An All-or-none Requirement And Partial Quotes Will Be Deemed Unresponsive And Will Not Be Evaluated. The Government Will Award On A Single Purchase Order To The Responsible Offeror Whose Offer Conforms To The Requirements As Stated In The Solicitation And Is Most Advantageous To The Government Based On The Criteria Listed In Section L And Section M Of The Solicitation. offerors Must Be Registered In Sam And All Responsible Sources May Submit A Quotation Which, If Timely Received, Will Be Considered By The Agency. Quotes Are Due No Later Than The Response Date In The Posting. Responses/offers Shall Be Submitted Electronically, Pdf Or Ms Word Format To The Email Address In The Posting. any Amendment(s) Issued To This Request For Quote (rfq) Will Be Published On This Website. Therefore, It Is The Offeror’s Responsibility To Visit This Website Frequently For Updates On This Procurement. No Telephone Requests.
Closing Soon25 Apr 2025
Tender AmountRefer Documents 

Department Of Energy Tender

United States
Details: This Posting Is For "sources Sought Only." please Do Not Submit Proposals At This Time. while The Draft Rfp (request For Proposal) Package Has Been Included With This Post For Your Reference, The Rfp Has Not Yet Been Released And Is Not An Active Rfp At This Time. all Dates Are Tbd As It Is Only A Draft Rfp At This Time. All Dates And Info. Are Subject To Change And Will Be Updated When the Formal Rfp Has Been Released. this Posting Is To Gauge Interest From Potential Sources Who May Be Interested In Bidding On The Project. *****interested Vendors Should Express Their Interest On The Interested Vendors List Through This Sam.gov Posting.***** please See Attached File Included In This Sources Sought Posting Which Includes The Draft Rfp And Draft Rfp Attachments (draft Sow, Draft Project Specifications, And Draft Drawings, Etc.). these Are Draft Documents Only And Are All Subject To Change When The Formal Rfp Is Released. 1 Introduction And Overview this Statement Of Work Outlines The Requirements For Establishing A Design-build Contract For The Slac Substation 515 Upgrade Project. The Intent Of This Document Is To Provide The Prospective Design-bid-build Subcontractor(s) With A Basic Insight Into The Type And Magnitude Of The Project, Safety Compliance Issues, And Technical And Project Management Requirements. 2 Purpose the Purpose Of This Project Is To Address The Subcontract For The Substation 515 Upgrade Near Slac Building 140. This Substation Supports Building 140 Which Houses The Spear3 Injector. Slac Synchrotron Radiation Laboratory (ssrl) Requires Full Operation Of The Substation To Deliver Beam To The Slac Spear3 Synchrotron Storage Ring And Meet The Mission Needs Of Ssrl And Its Users. The Substation's Existing 12k.47kv-480/277v Transformer (xfmr) A5k And Low Voltage (lv) Switchboard (swbd) 4dptxa5k need Replacement And Retrofil. The Duration To Demolish Existing And Install New Equipment Are Constrained By The Ssrl User Run And Is To Occur During The Scheduled Summer Down Time When No Beam Is Being Delivered To Spear3. The Completed Power System Delivery Time Is Crucial To Coordinate And Align With Ssrl's Operation Schedule. 3 Location perform Onsite Support Work Outlined In This Sow At Slac National Accelerator Laboratory, 2575 Sand Hill Road, Menlo Park, San Mateo County, 94025, California, At The Specified Location. ***the Period Of Performance For This Project Is Estimated For Construction To Begin Around Late June 2025 And Is Estimated For Construction To Complete Around September/october 2025. slac Is Seeking Qualified And Experienced General Contractors For The Upcoming Ssrl S515 Upgraderfp. Potential Bidders Will Need To Meet All Necessary Criteria Outlined In The Statement Of Qualifications Insection L Of The Draft Rfp. • A Current And Valid California General Contractor's License, And All Appropriate Licenses Applicable For The Project. • Offeror’s Contractor’s License Has Not Been Revoked Within The Past Five (5) Years; • Offeror’s Company Has Not Been Debarred Within The Past Five (5) Years From Working On Any U.s. Government Contracts/subcontracts; • Neither The Offeror’s Firm, Nor Any Of Its Owners Or Officers Have Been Convicted Of A Crime Involving The Awarding Of The Contract Of A Government (u.s. Federal, State, And City) Construction Project, Or The Bidding Or Performance Of A Government Contract; • Offeror Has An Established Local Office For A Minimum Of 2 Years In The San Francisco Bay Area. The San Francisco Bay Area Is Defined As The Following 10 Counties: Santa Clara, San Mateo, San Francisco, Alameda, Contra Costa, Marin, Napa, Sonoma, Solano, And Santa Cruz Counties; • Offeror Has Not Had Any U.s Projects Within The Past Five (5) Years Terminated For Default; • Offeror Has Previous Experience Working At Department Of Energy (doe) And/or Department Of Defense (dod) Facilities. slac National Accelerator Laboratory (slac) Is Operated By Stanford University As A Contractor For The United States Department Of Energy (doe) Office Of Science (sc). Slac Supports A Large National And International Community Of Scientific Users Performing Innovative Research In Support Of The Doe Mission. Success Of That Mission Is Directly Coupled To The General Purpose Infrastructure Necessary To Conduct This Research. At Slac, The Accomplishment Of That Mission Is Currently At Risk Given Substandard buildings That Do Not Provide The Appropriate Environment To Conduct World-class Science Or The Supporting Management And operations (m&o) Functions.
Closing Date29 Apr 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

United States
Description: Dla Disposition Services scrap Magnets To Dla Disposition Services this Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With Far 12 And 13. The Required Equipment Is Per The Attached Specifications, Including Its Delivery Timeframes. The Procurement Is Under Naics 333120. This Solicitation Is A Small Business Set-aside With A Size Standard Of 1,250 Employees. The Following Clauses Will Be Included In The Award: Far 52.212-4, Contract Terms And Conditions Commercial Item; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. Offeror Must Submit Representations And Certifications (far 52.212-3). If An Offeror Has Completed The Annual Representations And Certificates Electronically The Offeror Shall Complete Only Paragraph (b) Of This Provision. quotes Are To Be Received No Later Than 2:00 P.m. Eastern Standard U.s. Time On The Above Specified Date, Via Email Only To The Designated Contracting Officer. see Attachment For The Price Schedule And Specifications/additional Terms. all Contractor Performance Shall Be In A Safe Manner, And In Compliance With All Applicable Federal, State, And Local Laws And Regulations, And All Installation Policies. Any/all Required Documentation And Service-related Requirements Including Installation Access Are The Responsibility Of The Contractor, With Coordination As Necessary With The Site Poc. Deliveries Must Be Made During Normal Installation Work Hours Which Are Available From The Above Poc, Excluding Federal Holidays. notes: each Offeror Will Clearly State The Quoted Products’ Place Of Manufacture (country Of Origin). far 52.212-1 (instructions To Offerors -- Commercial) (sep 2023) all Offerors Shall Submit Detailed Technical Specifications On The Equipment Being Proposed For Technical Acceptability Review. Specification Shall Include Equipment / Model / Specifications And Features (manufacturer’s Cut Sheet). The Detailed Specification Shall Be Complete To Verify That All Salient Characteristics Are Met. Each Offeror Will Clearly State The Quoted Products’ Place Of Manufacture (country Of Origin). the Offer Shall Itemize All Components Included. the Delivery Is Fob Origin. The Contractor Quote Shall State The Number Of Containers, Estimated Size, And Estimated Weight. The Contractor’s Response Shall Also List A Single Pickup Address For The Equipment Quoted. the Scrap Magnets Shall Be In The Continental United States (conus) For Government Pickup. 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 Technically Acceptable). far 52.212-3 (offerors Representations And Certifications -- Commercial Items) (2023-o0002) (may 2024) far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I (may 2024) far 52.212-4 (nov 2023) (contract Terms And Conditions -- Commercial Items) far 52.212-5 (jan 2025) (contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) Applies To This Procurement. - 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) - 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 On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) - 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) - 52.233-3 Protest After Award (aug 1996) - 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) - 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020) - 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) - 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) - 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) - 52.219-6 Notice Of Total Small Business Set-aside (nov 2020) - 52.222-3, Convict Labor (jun 2003) - 52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2025) - 52.222-50, Combating Trafficking In Persons (nov 2021) - 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) - 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) - 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) the Following Additional Far Clauses Apply To This Procurement: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-7 System For Award Management (oct 2018) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-17 Ownership Or Control Ofofferor(aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.204-20 Predecessor Of Offeror (aug 2020) 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) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation (nov 2015) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (feb 2016) 52.225-25 Prohibition Oncontractingwith Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications (jun 2020) 52.232-23 Assignment Of Claims (may 2014) 52.233-1 Disputes (may 2014) 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 52.247-29 F.o.b. Origin (feb 2006) 52.247-30 F.o.b. Origin, Contractor’s Facility (feb 2006) 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) 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (sep 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) 252.204-7016 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) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7002, Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7012 Preference For Certain Domestic Commodities (apr 2022) 252.225-7036 Buy American—free Trade Agreements--balance Of Payments Program—alt 1 (feb 2024) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7056 Prohibition 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) 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 Workflow Payment Instructions (jan 2023) (by Reference, Full Text Provided In Bilateral Award) 252.244-7000 Subcontracts For Commercial Items (dec 2022) 252.243-7001 Pricing Of Contract Modifications (dec 1991) 252.246-7008 Sources Of Electronic Parts (jan 2023) 252.247-7023 Transportation Of Supplies By Sea—basic (jan 2023) dlad Procurement Notes: 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)
Closing Date7 May 2025
Tender AmountRefer Documents 
11-20 of 10000 active Tenders